MODIFICATION
R -- Aerospace Recommended Practice (ARP)
- Notice Date
- 4/28/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- 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
- DTRT5714Q80051
- Archive Date
- 8/13/2014
- Point of Contact
- Darcy J. Hubbard, Phone: 6174943816
- E-Mail Address
-
Darcy.Hubbard@dot.gov
(Darcy.Hubbard@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sole source 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5714Q80051 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The NAICS Code is 541620 (Environmental Consulting Services) and the Small Business size standard is $14.0 M. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, effective January 30, 2014. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, Massachusetts, is developing an Aerospace Recommended Practice (ARP) for the measurement of non-volatile Particulate Matter (PM) from aircraft engines. This procurement will enlist contract support in finalizing the subject ARP. The Government intends to award a Firm Fixed-Price Purchase Order on a sole source basis to Aerodyne Research, Inc (ARI) in Billerica, Massachusetts. Notice: Interested firms must submit a written capability statement to the above named point of contact providing clear and convincing evidence of the firms' capability to provide the required services. Written capability statements must be submitted within fifteen (15) calendar days from the date of publication of this synopsis. Responses received after fifteen (15) calendar days or without the required documentation will be considered non-responsive and will not be considered. Such documentation will be utilized solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. The Government will not pay for any documentation provided in response to this synopsis and documentation received will not be returned to the sender. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses received to the synopsis, is solely within the discretion of the Government. Telephone calls made in place of the required documentation will not be accepted. Pricing: The Offeror shall provide pricing for the following Contract Line Item Numbers (CLIN): CLIN 0001 - Finalize Aerospace Recommended Practice (ARP) Quantity 1 EA.- Unit Price tiny_mce_marker__________________. Total Price tiny_mce_marker_____________________. CLIN 0002 -(Travel Not to Exceed)Quantity 4 EA. - Unit Price tiny_mce_marker__________________. Total Price tiny_mce_marker______________________. CLIN 0003 - Total Price of CLINs 0001 and 0002 tiny_mce_marker____________________. INSTRUCTIONS TO OFFERORS: The signed offer must be submitted electronically via e-mail to Darcy.Hubbard@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Darcy Hubbard, RVP-32, 55 Broadway, Cambridge, MA 02142. The time for receipt of offers is 2:00 PM Eastern Time on May 13, 2014. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. All Contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from a DOT Agency. Contractors may access the CCR via the System for Award Management (SAM.Gov) to register and/or obtain information about the registration. Additionally, solicitation Representations and Certifications are no longer provided within the solicitation and must be submitted on-line through SAM.gov. The Offeror is reminded that it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov. The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. The period of performance for this purchase order will be from date of award through March 31, 2015. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-18, 52.225-13, and 52.232-33. These references may be viewed at http://www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT5714Q80051/listing.html)
- Record
- SN03350366-W 20140430/140428234703-28128383bda8c8bbb0f88134ea70a471 (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 |