Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

H -- Solid-State Electronic Devices “Chip” Level Examination and Data Recovery Services - Attachment 1-Solid State Electronic Devices Chip Level Examination and Data Recovery Services

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSBR110008
 
Archive Date
4/30/2011
 
Point of Contact
BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1-Solid State Electronic Devices Chip Level Examination and Data Recovery Services Synopsis This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is NTSB-R-11-0008. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This requirement is issued as a full and open competitive procurement. The associated NAICS code is 541380 Testing Laboratories, with a small business size standard of $12M. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. Description of Requirement The NTSB requires a Contractor to provide solid-state integrated circuit semiconductor expertise needed to evaluate and recover data from damaged accident vehicle electronics. To accomplish this, the NTSB intends to issue one (1) Indefinite Delivery Indefinite Quantity (IDIQ) type contract with firm-fixed price task orders placed via government purchase card. Once a task has been identified, the NTSB requires the Contractor to complete the work as quickly as possible - generally within two weeks. Line Item Number 1: Quantity: 1, Unit of Issue: YR, Period of Performance: BASE YEAR, Solid-State Electronic Devices "Chip" Level Examination and Data Recovery Services in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 2: Quantity: 1, Unit of Issue: YR, Period of Performance: OPTION YEAR 1, Solid-State Electronic Devices "Chip" Level Examination and Data Recovery Services in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 3: Quantity: 1, Unit of Issue: YR, Period of Performance: OPTION YEAR 2, Solid-State Electronic Devices "Chip" Level Examination and Data Recovery Servicesin accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 4: Quantity: 1, Unit of Issue: YR, Period of Performance: OPTION YEAR 3, Solid-State Electronic Devices "Chip" Level Examination and Data Recovery Services in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 5: Quantity: 1, Unit of Issue: YR, Period of Performance: OPTION YEAR 4, Solid-State Electronic Devices "Chip" Level Examination and Data Recovery Services in accordance with Attachment 1, which is attached hereto and incorporated herein. Minimum/Maximum Amount of Supplies or Services (a) The minimum amount of supplies and services that shall be ordered during the total performance period of this contract, including all options, is $1,000.00. The maximum amount of supplies and services that may be ordered during the total performance period of this contract, including all options, is $150,000.00. (b) The minimum amount is reached when the sum of the dollar amount of all ordered supplies or services equals or exceeds the minimum amount stated in paragraph (a). (c) The maximum amount is reached when the sum of the dollar amount of all ordered supplies and services equals the maximum amount stated in paragraph (a). Contractor's Facility Location Unless otherwise determined by the Contracting Officer's Technical Representative (COTR), the COTR or an NTSB representative(s) will be present in person as services described in this SOW are being performed. The NTSB will only consider proposals from Offerors within a 400 miles radius of the NTSB Headquarters offices. The NTSB Headquarters is located at: National Transportation Safety Board 490 L'Enfant Plaza, SW Washington, D.C. 20594 Basis for Award The Government may award one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) contract with individually funded firm-fixed price task orders to the responsible Offeror whose proposal that conforms to the RFP, will be most advantageous to the Government, price and other price factors considered, such that it provides the best value to the Government. responsible sources may submit a proposal, which shall be considered by the NTSB. Review Attachment 1 of this combined synopsis/solicitation for additional information. All responsible sources may submit a bid, proposal, which shall be considered by the agency. Anticipated Award Date The anticipated award date of this requirement is on or around June 1, 2011. Clauses and Provisions The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this combined synopsis/solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101). (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Businesses Concerns (Jan 2011) (15 U.S.C. 657a). (7) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (8) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (9) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (10) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (11) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (12) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (13) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C.4212). (14) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (15) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (16) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (15) 52.216-18 Ordering, (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from June 1, 2011 through May 31, 2016. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (16) 52.216-19, Order Limitations (Oct 1995). (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $150,000.00 ; (2) Any order for a combination of items in excess of $150,000.00 insert dollar figure or quantity]; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (17) 52.216-22, Indefinite Quantity (Oct 1995). (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after May 31, 2016. (18) 52.217-8, Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (19) 52.217-9, Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (20) 52.227-14, Rights in Data - General (Dec 2007). (21) 52.227-14 Alt I, Rights in Data - General (Dec 2007) Alternate I (Dec 2007). (22) 52.227-14 Alt V, Rights in Data General (Dec 2007) Alternate V (Dec 2007). (23) 52.227-17, Rights in Data - Special Works (Dec 2007). (24) 52.245-1 Alt I, Government Property (Aug 2010) Alternate I (Aug 2010). (25) 52.245-9, Use and Charges (Aug 2010). Expenses Related to Offeror Submissions This solicitation neither commits the Government to pay any cost incurred in the submission of the offer nor to contract for supplies or services. Any costs incurred in anticipation of a contract shall be at the Offeror's own risk. Submission of Proposals Your proposal must be received no later than 4:30 p.m., Eastern Standard Time (EST), on April 18, 2011. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with FAR provision 52.212-1. Offers may be transmitted via email to: Bryan J. Moy Email: Bryan.Moy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 5 megabytes (MB). Therefore, the Offeror may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. It is the Offeror's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. All questions regarding this RFP shall be directed to Bryan J. Moy via email at the email address listed above. All questions must be received by 4:30 p.m. EST on March 31, 2011. Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Offerors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSBR110008/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02407773-W 20110325/110323234715-cbee72d6e6894a062ffbffc8534fc5eb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.