SOLICITATION NOTICE
99 -- Crash Data Retrieval Tool Premium Kits
- Notice Date
- 11/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5715Q80020
- Archive Date
- 12/10/2014
- Point of Contact
- Christine L. Guy, Phone: 6174943559
- E-Mail Address
-
christine.guy@dot.gov
(christine.guy@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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. DTRT5715Q80020 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. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-74, effective November 1, 2014. The NAICS Code is 334512; the Small Business size standard is 500 employees. The Government intends to solicit, negotiate, and award a purchase order to Crash Data Group, Temecula, CA 92590, under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, in support of the National Highway Traffic Safety Administration (NHTSA) in the process of modernizing/upgrading the Nation Automotive Sampling System's (NASS) software and intends to award a firm fixed price non-competitive purchase order to Crash Data Group for nine (9) Crash Data Retrieval (CDR) Tool Premium Kits. The CDR Tool Premium Kit is a hardware tool kit that images the crash data found in a vehicles' Event Data Recorder (EDR). REQUIREMENTS/SPECIFICATIONS The Government intends to award a non-competitive firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable proposal. The Offeror's price quotation shall include a firm fixed price for each CLIN identified below and the total firm fixed price for CLINS 0100 - 1800. CLIN 0100 CDR DLC Base Kit Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0200 CDR US DLC Accessory Kit Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0300 CDR D2M Kit: 10-28 Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0400 CDR D2M Kit 30-31 Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0500 CDR D2M Kit 33-40 Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0600 CDR D2M Kit 50-100 Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0700 Case X-Large Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0800 BMW ACM 2 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 0900 Mercedes ACM 1 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1000 Mercedes ACM 2 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1100 Fiat ACM Cable 2 Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1200 BMW ACM 3 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1300 Volkswagen - 804 Group ACM 1 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1400 Volkswagen - 805 Group ACM 2 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1500 Volkswagen - 806 Group ACM 3 Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1600 Chrysler/Fiat - 808 ACM Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1700 Daimler - 809 ACM Cable Quantity: 9 Unit Price $________________Total Price $_______________ CLIN 1800 Shipping and Handling $_____________________ TOTAL for CLINs 0100 through 1800: $_____________________ NOTICE TO OFFERORS FAR 52.212-1, Instruction of Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in Attachment 2). The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. 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, 52.232-33, and 52.232-40. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. Interested firms must submit a written capability statement to the below 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. The offers should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christine Guy, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Christine.guy@dot.gov by closing date of November 25, 2014 at 10:00 a.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about November 26, 2014. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86d9e4481a303ca8f70508b2529eb6fb)
- Place of Performance
- Address: 55 Broadway, Cambridage, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN03570452-W 20141112/141110234320-86d9e4481a303ca8f70508b2529eb6fb (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 |