SOLICITATION NOTICE
R -- Aerosol Dynamics Simulation Code(ADSC) - Attachment 1
- Notice Date
- 11/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-11-Q-80010
- Archive Date
- 2/10/2011
- Point of Contact
- Rachelle Dorleans, Phone: 617-494-2136
- E-Mail Address
-
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1( pricing form) This is a non-competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. DTRT57-11-Q-80010 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13 and FAR Part 12 on an unrestricted basis. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-46 (effective 10/29/2010). The NAICS Code is 334516 (Analytical Laboratory Instrument Manufacturing), and the Small Business size standard is 500 Employees. This sole source announcement constitutes the only solicitation; a written solicitation will not be issued. The Government intends to award a Labor Hour Purchase Order on a non-competitive basis to Aerodyne Research Inc. The Volpe National Transportation Systems Center (Volpe Center) and the University of North Carolina at Chapel Hill (UNC-Chapel Hill) are developing an aircraft jet turbine near-field plume model that simulates near-field pollutants created by aircraft jet turbines. To develop this model and deploy it to determine the air quality impacts of jet aircraft, the Volpe Center and UNC-Chapel Hill are utilizing the Aerosol Dynamics Simulation Code (ADSC), an inorganic pollutant plume model developed by Aerodyne Research, Inc. (ARI) in Billerica, Massachusetts. Statement of Work (SOW) (BEGIN): BACKGROUND The Volpe National Transportation Systems Center (Volpe Center) has supported Federal Aviation Administration (FAA) aircraft emissions reduction initiatives for decades, and this support is becoming increasingly crucial as airports around the US consider expansion plans in order to meet increasing demand for aviation transport. SCOPE OF WORK The scope of this work is to develop a test methodology and aircraft jet turbine near-field plume model for predicting specific instances of PM emissions in the vicinity of jet aircraft. This methodology and model will be used to evaluate airborn conditions at certain high-occupancy locations near aviation transportation, such as airports, analyze the effect of these conditions' impact on humans, and investigate strategies for mitigating these impacts. TASK 1: PARTNER PROJECT 16: Train the Volpe Center in the usage of ADSC. a) Answer questions concerning ADSC inputs and outputs and assist in input and output refinements, either via teleconference or email with monthly technical briefing b) Assist with the debugging of ADSC, either via teleconference or email with monthly technical briefing c) Enhance the ADSC model in collaboration with the Volpe Center to reduce run time and document in monthly technical briefing d) Enhance the ADSC model in collaboration with the Volpe Center to improve accuracy and document in monthly technical briefing This task is expected to conclude by May 31, 2011, when the ADSC model will be fully implemented in the Volpe Center and UNC-Chapel Hill's plume model activities. The deliverable for this task is a monthly technical briefing documenting the answers and/or enhancements the contractor provides to the Volpe Center in the usage of ADSC during that month. Electronic deliverables such as electronic reports should be emailed to the project Contracting Officer's Technical Representative (COTR). This briefing will be due on the 22nd of every month. TASK 2: PARTNER PROJECT 37: Accelerate the development of a test methodology for non-volatile PM. The contractor will accelerate the development of a test methodology for aircraft PM through SAE's E-31 Exhaust Emissions Measurement subcommittee via the following activities: a) Participate in biweekly teleconferences with the Volpe Center, FAA, and other SAE E31 teams who are working on issues related to nonvolatile PM mass, number and sampling in order to develop an Aerospace Recommended Practice (ARP). b) Attend one 3-day (not including travel time) SAE E31 meeting in March or April 2011 at a location to be determined within the continental US, to participate in an E31 subcommittee review and discuss research data conducted by E31 members. Exact meeting dates and location will be announced in January or February 2011. Deliverables will include notes from the biweekly teleconferences and minutes from the Cardiff meeting, in MS Word format. Electronic deliverables such as electronic reports should be emailed to the project COTR. All activity under Task 2 is expected to conclude within two months of date of award. Deliverables and Due Dates As a part of the performance of all the tasks listed below, the Contractor shall maintain project management best practices, including detailed resource planning as well as monthly reporting of status through May 31, 2011. Project management deliverables will include: a) A project plan in MS Project format will be required within two weeks of award, via email to the COTR. b) Monthly reporting, including project status, deliverables progress, and financial status, will be required on the 22nd of each month through the duration of the project, starting the first full month after award, in MS Word format via email to the COTR. This reporting will continue through the conclusion of the project May 31, 2011. The project deliverables and due dates are presented in the table below. All work on this project is expected to conclude by May 31, 2010. Task Deliverable Format Due Date 1 Monthly briefing MS Word* 22nd of each month through May 31, 2011 2 Notes, minutes MS Word* Biweekly through two months after date of award 2 Meeting attendance NA Exact dates to be provided immediately after award *Electronic deliverables such as electronic reports should be emailed to the project COTR Statement of Work -(END) Pricing: The contract line items (CLINs) can be found in Attachment No. 1 to this notice; a price for each CLIN is required. Notice: This proposed action is for commercial services for which the Government intends to solicit and negotiate with only one source under authority in FAR Part 6.302. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses received to this notice would normally be considered, solely for the purpose of determining whether to conduct a competitive procurement. Instructions to Offeror: FAR Provision 52.212-1, Instructions to Offerors -Commercial Items (JUN 2008) is hereby incorporated by reference. NOTE: Contractor must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 1:00 P.M., Eastern Standard Time, on November 26, 2010. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010) must be submitted with the offer, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.203.13, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.232-33. Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-Q-80010/listing.html)
- Place of Performance
- Address: 55 Broadway, Cambridge, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN02325492-W 20101112/101110233937-fd0a80c9d5ce6e9a8222c5788c8a8f6a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |