Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

R -- Data Quality Analysis and Training Support for the FMCSA State Safety Data Quality Improvement Program - MC-RRA-14-1008-Data Quality Analysis and Training Support for the FMCSA State Safety Data Quality Improvement Program

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
MC-RRA-14-1008
 
Archive Date
9/12/2014
 
Point of Contact
Prattsie Artis, Phone: 2023852466
 
E-Mail Address
Prattsie.Artis@dot.gov
(Prattsie.Artis@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule Additional Terms and Conditions Statement of Work 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 is hereby provided as an attachment. Solicitation Number MC-RRA-14-1008 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76.The associated NAICS code is 611430 Professional and Management Development Training. The small business size standard is $11.0M. The Small Business Competitiveness Demonstration Program is not applicable to this acquisition. The Federal Motor Carrier Safety Administration, a bureau of the U.S. Department of Transportation, has a requirement for Data Quality Analysis and Training Support for the FMCSA State Safety Data Quality Improvement Program. The period of performance includes a base period of 12 months, plus four (4) 12-month option periods. The place of delivery and government acceptance shall be the U.S. Department of Transportation Headquarters, Washington, DC 20590. The resultant order shall be Firm Fixed Price. Firms must submit a complete quotation. Quotations shall remain valid for 90 days. One copy shall be submitted as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be submitted by email. The quotation shall contain all content and shall be sized to permit electronic submission. Each quotation submission shall be on 8-1/2 x 11-inch paper, in a commercially standard font. Each page in the quotation shall be separately numbered. Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the order will be included. The Government reserves the right to make zero, one, or more awards and will not be liable for any costs incurred in response to this solicitation. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The quote shall demonstrate a reasonable relationship between the services offered and the prices for those services. Firms shall offer to perform all requirements. Section I - Technical Approach/Contractor's Qualifications, Management Approach, and Past Performance Technical Approach/Contractor Qualifications : The technical approach shall include adequate documentation to clearly demonstrate a thorough understanding of the SOW. The offerors shall submit resumes for all key personnel, including relative experience and expertise, whose technical expertise is critical to the success of the requirement. The offer shall include a demonstration of the contractor's qualifications. Management Approach : The Management Approach shall be inclusive of a Management Plan and Staffing Plan. The Management Plan shall identify the subcontractors, teaming members, key personnel, other stafff and other necessary resources for implementation of the SOW. Past Performance : The offeror shall provide Relevant Experience, and describe at least three (3) projects (Past Performance references) in excess of $150,000 performed well in the last three years relevant to this project. The projects shall be evidence of on-time Delivery. Section II - Business and Pricing Business : FAR 52.212-3 Offeror Representations and Certifications-Commercial Items: The offerors shall include a completed a copy of the provision. Pricing : The offerors shall complete the attached Pricing Schedule for CLINs 00001-00008, 10001-10008, 20001-20008, 30001-30008, and 40001-40008. Its Firm fixed prices shall be binding. Firms must disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. The amount, realism, balance, and consistency of the evaluated price. Basis for Award The objective of the source selection is to select the offer that represents the best value to the Government. All evaluation factors that will affect contract award and their relative importance are set forth in the solicitation. The evaluation factors are listed in order of importance. While Price will not receive an adjectival rating, it shall be evaluated. Award shall be based on an integrated assessment of offers using all factors in the solicitation. Award may be made based on initial offers. Evaluation Award will be made to the responsible Contractor that offers the best value to the Government. The quote will be evaluated based on the factors set forth below. The factors, although relatively equal, are listed in order of importance. • Technical Approach/Contractor's Qualifications - The demonstrated capability to perform the SOW • Management Approach - The demonstrated resources and expertise to perform the SOW • Past Performance - The relevance and quality of prior performance • Price - The amount, realism, balance, and consistency of the evaluated price. The evaluation will be based on use of an adjectival scheme as follows: • Exceptional - Performance meets contractual requirements and exceeds many to the Government's benefit. • Very Good - Performance meets contractual requirements and exceeds some to the Government's benefit. • Good - Performance meets contractual requirements • Marginal - Performance does not meet some contractual requirements. The contractor's proposed actions appear only marginally effective or were not fully implemented. • Unsatisfactory - Not acceptable, not adequate to carry out The provision at 52.212-1, Instructions to Offerors-Commercial, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 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 shall apply to this acquisition as set forth in the attached RFQ. The following Federal Acquisition Regulation clauses shall also be applicable to this acquisition: 52.227-14 Rights In Data--General (Dec 2007). Additionally, Department of Transportation clause 1252.223-73 Seat Belt Use Policies and Programs (APR 2005). All offers shall not exceed 25 pages. As described above, all offers shall include two sections, i.e., Section I - Technical Approach/Contractor's Qualifications, Management Approach, and Past Performance, plus Section II - Business and Pricing. Note. FAR 52.212-3 shall not count toward the 25 page limitation. A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. Questions and comments may be directed electronically to Prattsie.Artis@dot.gov by 10:00 a.m. (local time) on September 8, 2014. Interested firms shall submit its written quotation electronically not later than the specified response date and time. All quotations shall be addressed to Prattsie.Artis@dot.gov, Contract Specialist, Contract Specialist, at DOT/FMCSA/Acquisitions Management, 1200 New Jersey Avenue, Washington, DC, 20590. The quotes submitted shall form the basis for award. Attachments Statement of Work Additional Terms and Conditions Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/MC-RRA-14-1008 /listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN03495346-W 20140906/140904235054-86e2a5b73cc5daa2e9e3c9d52297dd55 (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.