Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

B -- Seatbelt Survey Service in Indian Country

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
A12PS02466
 
Response Due
9/18/2012
 
Archive Date
9/4/2013
 
Point of Contact
Yvette Washington Contract Specialist 5055633663 yvette.washington@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Bureau of Indian Affairs, Office of Justice Services, Indian Highway Safety Program, Indian Country Seatbelt Survey Service B - Seatbelt Survey Service for the Bureau of Indian Affairs (BIA), Office of Justice Services (OJS), Indian Highway Safety Program (IHSP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, Indian Country Seatbelt Survey Service, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 541690 business size maximum is $14.0 Million. This acquisition is being solicited as a Total Small Business Set Aside. The resultant contract will be awarded as a firm fixed price contract as defined in FAR 16.202, with a base period plus four option periods. The Base Period of Performance (POP) shall be from April 1, 2013 to March 31, 2014. The Government intends to make a single contract award. CLIN 001: Indian Country Seatbelt Survey, Base, Price: __________ CLIN 002: Indian Country Seatbelt Survey, Option One, Price: __________ CLIN 003: Indian Country Seatbelt Survey, Option Two, Price: _________ CLIN 004: Indian Country Seatbelt Survey, Option Three, Price: __________ CLIN 005: Indian Country Seatbelt Survey, Option Four, Price: __________ Note 1: The price for each CLIN shall be inclusive of all personnel costs to include travel, materials, site visits/observations, taxes, and other costs for the performance and completion of the contract. STATEMENT OF WORK Bureau of Indian Affairs Indian Highway Safety Program Seat Belt Survey Service STATEMENT OF WORK C.1Background The National Highway Traffic Safety Administration (NHTSA) and the Bureau of Indian Affairs (BIA) Indian Highway Safety Program (IHSP) sponsored a project in 2005 to establish the first baseline Tribal Reservation safety belt usage rate and develop the methodology to use in tracking future trends and specific program effects. The survey design is similar to NHTSA's National Occupant Protection Usage Survey (NOPUS), a probability based survey that reports a single belt usage rate for the nation. The goal of the project was to gather a single belt usage rate for Tribal reservations that tracks progress towards increasing safety belt usage. Although there are over 560 federally recognized Tribes in this country, approximately 180 of these Tribes have safety belt use subject to Tribal law and Tribal traffic law enforcement. For the purpose of the survey, Tribes are categorized according to their geographic areas. The Northwest (Washington State, Oregon and Idaho), Northern Plains (Montana, Wyoming, North Dakota, and South Dakota), Southwest (California, Nevada, Utah, Colorado, Arizona and New Mexico), Great Lakes (Minnesota, Wisconsin, Michigan, Illinois, Indiana and Ohio), South Central (Nebraska, Kansas, Oklahoma, Texas, Iowa, Missouri, Arkansas and Louisiana), and South and East (all remaining states excluding Hawaii and Alaska). Within these regions, 61 reservations have populations of 2,000 or more, which represents approximately 660,000 people or 93 percent of the populations on tribal reservations. Native Americans make up 61 percent of the populations on all tribal reservations. As a result of the passage of SAFETEA-LU (August 2005), all state programs receiving funds for highway safety must conduct and report the findings of an annual safety belt survey. C.2Scope An annual national Indian Country seat belt survey shall be conducted for program compliance. C.3Objectives The Contractor shall replicate the methods, sampling procedures, survey protocols, and statistical analysis described in the Safety Belt Use Estimate for the Indian Nation "State" by Leaf and Solomon in 2005 and 2006. The report is posted on the NHTSA website. The link is: http://www.nhtsa.dot.gov/portal/site/nhts/menuitem.2d62007aac5298598fcb6010dba046a0/. The sampling plan was designed to provide a reliable estimate of belt use across all Tribal reservations subject to Tribal law and Tribal traffic law enforcement. The sampling procedure weighs all Tribal reservations proportional to their populations and includes the criteria for the sample of the Tribal reservations which includes: 1. Limited to Tribal reservations with populations of 2,000 or more; 2. Represent varying conditions; 3. From all areas of the country; and 4. Include an adequate number of sites per reservation, to ensure the final combined safety belt use rate is reliable. The objective is to obtain a sample from each area at a rate of approximately 1 in 4 reservations or 1 reservation per 30,000 population. C.4Tasks The Contractor shall complete the following tasks to obtain the objective(s): 1. Collect the data based on the protocol described above and in the safety Belt Use Estimate for the Indian Nation "State" by Leaf and Solomon. 2. Replicate the observation and training protocols outlined in the 2005 and 2006 report, and produce the current report. 3. Randomly reorder the list of Tribal reservations to allow each reservation equal probability of being first, second, etc on the list. 4. Set each Tribal reservation's initial weight for being selected on a single selection equal to the proportion of the reservation's population to the total population of all eligible reservations within the area wij = Popij / ? Popij, where wij = initial weight for selection on a single selection for reservation j within Area i, Popij = population of reservation j within Area i and / ? Popij = sum of the population of all reservations eligible for selection within Area i. (Within each Area, these initial weights add to exactly 1.0). 5. For Areas sampling a single Tribal reservation set the selection cutoff level sij = wij 6. For Areas sampling more than on Tribal reservation, adjust the cutoff levels to select all of the Tribal reservations in a single sampling according to the formula: sij = (1-(1-wij)ni) o ni / ?(1-(1-wij)ni) j where sij = selection cutoff level for reservation j in Area i and ni = number of reservation to be selected within Area i. (Within Area i, the sum of the adjusted weights = ni.) In all cases, the sij cutoff levels correspond roughly to the probability of the reservation being included in the final sample. 7. Generate a random number (from a rectangular distribution between 0 and 1) for each Tribal reservation. 8. Starting at the top of the list, select for inclusion each Tribal reservation whose random number is less than (or equal to) its adjusted selection cutoff, up to the number required to be sampled. 9. If the number of reservations selected is less than the number required, select additional Tribal reservations from the pool, selecting first the one whose random number exceeds its cutoff level by the least amount, etc., until the number of required Tribal reservations has been identified. 10. Conduct the observation surveys during the month of June at the same time as States are conducting their representative statewide surveys. This time period immediately follows the Click It or Ticket high visibility enforcement campaign. 11. Implement quality control procedures to assure that observation schedules are met. 12. Analyze the observation data in accordance with procedures outlined in the 2005 and 2006 Indian Nation safety belt report. Any changes must be approved in writing by NHTSA. 13. Prepare a written report, suitable for reproduction, of the data collection activities. The report shall describe how the data was collected and analyzed. It shall include an introduction, background, methods, results and analysis section with supporting graphs, tables. The final report shall be submitted to the BIA by December 31 each year. Three written copies and 3 electronic copies shall be submitted to the COR. 14. Submit a copy of the final report on diskette and in HTML and PDF formats to be loaded onto NHTSA's homepage. The report shall be submitted no later than March 31 following the data collection and report. C.5Deliverables Survey work on the selected reservations shall commence following the national seat belt mobilization in June of each year and shall be completed by December of the same year. The annual report must be completed and submitted to the COR by December 31. The annual report shall be submitted to NHTSA by March 31, of the following year. C.6Government Furnished Property No government property will be furnished in for the performance of this contract. C.8Place of Performance and Period of Performance The contractor shall perform survey services in 48 states, on or near American Indian reservations throughout the United States. Services will not be required on Federal holidays or when the Government facility is closed due to local or national emergencies, weather related closings, administrative closings, or similar Government directed facility closings. The Government recognizes the following 2012 federal holidays (5 U.S.C. 6103), conditions for the subsequent federal holidays for 2013, 2014, 2015, 2016, 2017, and 2018 shall apply: "January 2-New Year's Day"January 16-Birthday of Martin Luther King Jr. "February 20-Washington's Birthday"May 28-Memorial Day "July 4-Independence Day"September 3-Labor Day "October 8-Columbus Day"November 12-Veteran's Day "November 22-Thanksgiving Day "December 25-Christmas Day This statute does not negate any contractor requirement to travel on federal holidays in order to meet successful performance of services requested under this contract. C.8.1 Period of Performance: Base Period: April 1, 2013 to March 31, 2014 Option Period One: April 1, 2014 to March 31, 2015 Option Period Two: April 1, 2015 to March 31, 2016 Option Period Three: April 1, 2016 to March 31, 2017 Option Period Four: April 1, 2017 to March 31, 2018 C.8.2 Contractor report writing and generation shall take place at the contractor's facility. C. 9 Key Personnel A requirement of this contract is to maintain stability of personnel proposed in order to provide high quality service and deliverables. The Contractor agrees to assign only those key personnel, experience, and expert knowledge required in performance of this contract. The contract shall not make any substitution or addition to the key personnel. C.10 Records/Data Safeguards (see other document for full text) C.11 PACKAGING AND MARKING All correspondence to include emails and contract deliverables shall identify the contract number. INSTRUCTION TO OFFERORS Questions Offerors shall submit questions (if any) related to the RFP via email no later than 2:00 pm, September 13, 2012. Questions not received within a reasonable time prior to the closing date may not be considered. Submission of Proposals 1. The proposal due date is September 18, 2012, 2:00 PM Mountain Daylight Savings Time. 2. The proposal shall be packaged for delivery so as to permit safe and timely arrival at destination. Faxed proposals will not be accepted. The proposal package should be sent or hand delivered to the following address: BIA, Albuquerque Acquisition Office, Attn: Yvette Washington, Contracting Officer 1001 Indian School Road, Ste 347 Albuquerque, NM 87104 3. Proposals submitted by email will be accepted. Email to: Yvette.Washington@bia.gov Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 5MB total in size. 4. Proposals submitted by express mail method shall be sent with sufficient time to allow for a timely delivery. The Offeror is solely responsible for ensuring its quote arrives in a timely manner. An offeror that fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f). 5. Notwithstanding FAR clause 52.212-1, the proposal acceptance period is 60 days after the date set for receipt of the proposal. The Offeror shall make a clear statement in the proposal that the proposal is valid until this period has ended. 6. Proposal Preparation Costs: The Government is not obligated to pay any costs incurred by an offeror for the preparation and submission of a proposal in response to this RFP. 7. Contents of Proposals. The contractor shall submit a written proposal to include the following: The Proposal Cover Letter is limited to 1 page. Factor 1: Past Performance - Past Performance is limited to 5 pages. A list of references is limited to 3 pages. Factor 2: Knowledge and Experience - Knowledge and Experience narrative is limited to 3 pages. The following required documents will not be counted in the Knowledge and Experience page limitation: (a) Key Personnel Resume(s) are limited to 3 pages for each person; (b) Proposals are required to include a valid copy of the respective State issued License for each therapist who will perform service in accordance with the contract. Factor 3: Technical Capability - Technical Approach is limited to 5 pages. Price: Complete CLIN structure on the Standard Form 1449. 8. The proposal shall include a completed copy of the provision; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. EVALUATION OF PROPOSALS PART A. Evaluation of Proposals 1.The source selection will be conducted in accordance with FAR Sub-Part 15.3 with the intention to award a single fixed-price contract with option periods. 2.Evaluation Scoring: The Government will evaluate all offerors according to the following point system. Blue: The response is very comprehensive, in-depth, and clear. The Proposal consistently meets the solicitation requirements with no omissions. Consistently high quality performance can be expected. Green: Extensive, detailed response to all requirements, similar to outstanding in quality but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. Yellow: The response generally meets requirements, but there is no expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without minor revision to the proposal. Orange: The response fails to meet one or more requirements. Deficiencies exist in significant areas, but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact. Red: Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. PART B. Evaluation Criteria FACTOR 1: PAST PERFORMANCE. The Past Performance narrative shall be in as much detail as the offeror considers necessary to fully explain the offeror's past performance. The offeror's past performance must be recent, having been performed in the last five (5) years. The offeror must describe how its past performance is on a scale similar in size to this requirement. The strength of the offeror's response will be based on the planning and implementation stages of statistical and data analysis services. Specifically, the offeror shall demonstrate their ability to effectively plan and implement services. Provide reference information including: Contract number, duration of contract performance, award amount, phone number for Contracting Officer's Representative/points-of-contact. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. FACTOR 2: KNOWLEDGE AND EXPERIENCE The offeror shall demonstrate that current and proposed staff have the appropriate range of relevant academic achievements and applied experience. The offeror shall also demonstrate knowledge and experience by submitting resume(s) for key personnel. Key personnel are defined as those individuals the offeror views as essential to successfully performing the technical approach in compliance with the SOW. FACTOR 3: TECHNICAL CAPABILITY Technical Approach. (1) The Technical Approach shall be in as much detail as the offeror considers necessary to fully explain the technical approach. (2) The technical approach shall clearly and concisely demonstrate the offeror has an understanding of the nature of work to be performed successfully as required by the Statement of Work (SOW), and an understanding of the Bureau of Indian Affairs, Office of Justice Services, Indian Highway Safe Program's goals and objectives. The technical approach shall include, but is not be limited to the following: (a) Description of the processes the offeror proposes to use to provide data gathering and statistical analysis services, and (b) Description of the conditions and challenges which can affect achieving the Bureau of Indian Affair, Office of Justice Service's goals and objectives, and the offerors proposed actions to address the conditions and challenges in Indian Country which may affect completing the contract and task requirements in the SOW. PRICE FACTOR: The Government will evaluate each offeror's price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The price detail shall include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may be grounds for eliminating a proposal from competition - either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. The Government will review: (1) proposed prices to determine whether they are materially balanced; and (2) any unbalanced offer to assess the associated risks to the Government in awarding to such an offeror, and (3) whether an award will result in unreasonably high or low price for contract performance. An offer may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the Government. The Government will determine each offer's total evaluated price by summing the base year and all option periods in accordance with FAR 52.212-2 Evaluation-Commercial Items; as priced according to the following CLIN's (form 1449): CLIN 1: Base Period, April 1, 2013 to March 31, 2014 $_______________ CLIN 2: Option Period One, April 1, 2014 to March 31, 2015 $_______________ CLIN 3: Option Period Two, April 1, 2015 to March 31, 2016 $_______________ CLIN 4: Option Period Three, April 1, 2016 to March 31, 2017 $_______________ CLIN 5: Option Period Four, April 1, 2017 to March 31, 2018 $_______________ Total Price: $___________________ Price proposals shall include cost buildup details to identify: 1.The price per hour; or price per day; or price per service unit/student. 2.Direct cost elements, (e.g. labor, materials, travel, etc); 3.Indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. 4.Inclusive of any Federal, State, and Local taxes, in accordance with FAR 52.212-4, and FAR 52.229-04. BASIS OF AWARD: The Government will make an award based upon best value. Evaluation factors other than cost or price, when combined are equally important to cost or price. The evaluation factors other than price are as follows in ascending order of importance: (a) Past Performance; (b) Knowledge and Experience; and (c) Technical Capability. Best overall value to the Government will be determined by comparing differences in technical merit with differences in price. In making this comparison, the Government is more concerned with obtaining superior quality. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. The Government reserves the right to make an award based on initial offers and without discussions. All requirements must be addressed in the proposal. Omissions of response may be considered non-responsive and may not be evaluated. If exchanges are necessary, the Government will conduct exchanges consistent with FAR 15.306, Exchanges with offerors after receipt of proposals. An offeror must be registered in the Central Contractor Registration (CCR) in order to receive a contract or purchase order from the Federal Government pursuant to FAR 52.204-7, Central Contractor Registration (Apr 2008). Clause Section This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. If the offeror does not have a copy of this provision, you may obtain a copy at http://www.acqnet.gov/far. Offerors are responsible for complying with the FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor. The offeror has public access to locate the prevailing wage rates for all areas at the following website: http://www.dol.gov/. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.223-15 Energy Efficiency in Energy Consuming Products; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1 Buy American Supplies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.242-13 Bankruptcy; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.217-09 Option to Extend the Term of the Contract; 52.246-02 Inspection of Supplies-Fixed Price;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02466/listing.html)
 
Place of Performance
Address: 48 States on or near Native American Indian Reservation or Indian Country land.
Zip Code: 87104
 
Record
SN02865875-W 20120906/120904235531-2f2b4a77fb5eb19cb784cd9d500dff3d (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.