Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2014 FBO #4639
SOLICITATION NOTICE

R -- Best Practices, Guidance and GIS Modeling Tool - Statement of Work/Instructions to Offerors

Notice Date
8/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, Mail Stop 50, West Bldg, 3rd Floor, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTFR53-14-RFQ-00081
 
Archive Date
8/30/2014
 
Point of Contact
Keith Boyea,
 
E-Mail Address
keith.boyea@dot.gov
(keith.boyea@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions To Offerors Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) is issued under Request for Quote No. DTFR53-14-RFQ-00081 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-74. The North American Industry Classification System (NAICS) Code for this procurement is 541370 "Surveying and Mapping (except Geophysical) Services" with a Small Business Administration (SBA) size standard of $14 million dollars. The requirement is being conducted as a small business set-aside. This project shall produce the following four major outcomes: (1) A best practices resource guide for transportation planners on how to work successfully with other transportation stakeholders, including passenger and freight railroads to achieve the goals of this contract. This resource guide will also provide best practices for quantifying the public benefits and costs of freight and passenger railroad projects intended to alleviate network congestion-related delay. (2) Additional guidance and analytical methods will be provided on how to align national rail databases and how to prepare traffic data for assignment to a well-defined rail network using GIS network tools. Guidance will be provided on how to analyze, query, and present GIS network modeling results to work successfully with other transportation stakeholders including all members of the railroad industry. (3) Improvements will be made to any existing GIS network modeling tool to improve the analysis of all rail choke points and congestion that can be identified using national rail databases and the improved GIS network modeling tool described below. Intended users will be able to identify where and when the rail network will be the most heavily loaded. To support this analysis, the GIS network tool must be capable of performing dynamic traffic assignment. (4) Technical support including a GIS network model user's guide with examples. CLIN 0001 Best Practices, Guidance, GIS Network Modeling Tool Fixed Price Delivery: 24 months after date of order. Instructions: Interested vendors shall prepare their quotation in accordance with the attached 'Instructions for Vendors' and the attached 'Statement of Work.' Questions in regards to this RFQ must be submitted by August 7, 2014 at 4:00 pm local D.C. time to Keith Boyea at keith.boyea@dot.gov. FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 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", with the following clauses cited in 52.212-5 being applicable: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004) 52.203-13 Contractor Code of Business Ethics and Conduct (APR 2010) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 2013) 52.219-8 Utilization of Small Business Concerns (MAY 2014) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.221-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Report on Veterans (SEPT 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54 Employment Eligibility Verification (AUG 2013) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a Contractor who is registered in the System for Award Management (www.sam.gov) database with an active DUN & Bradstreet number. Required representations and certifications may be submitted electronically through the SAM database. Quote Submission: The Government will make award to the responsive, responsible firm, whose quotation represents the best value to the Government. Vendors shall submit a firm-fixed-price quotation. Quotations are due no later than August 15, 2014 at 4:00 PM local Washington, D.C. time and should be submitted via e-mail to Keith Boyea at keith.boyea@dot.gov. No late responses will be accepted. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FRA/OAGS/DTFR53-14-RFQ-00081/listing.html)
 
Record
SN03451318-W 20140807/140806000251-d3bebd20aa6b8c5edde90f8b5072dfb5 (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.