Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2016 FBO #5438
SOLICITATION NOTICE

R -- Acquisition Legal Support Services - Package #1 - Conflict of Interest Certification - Statement of Work - Quality Assurance Surveillance Plan (QASP)

Notice Date
10/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541199 — All Other Legal Services
 
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
DTRT5717Q80012
 
Archive Date
12/31/2016
 
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
Quality Assurance Surveillance Plan (QASP) Statement of Work Conflict of Interest Certification INSTRUCTIONS, CONDITIONS, AND NOTICE TO OFFERORS 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. DTRT5717Q80012 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1, effective August 15, 2016. The NAICS Code is 541911 and the Small Business size standard is $11 million dollars. This procurement is a 100% small business set-aside. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, Office of Legal Services or "OLS" has a requirement for an Acquisitions/Legal Subject Matter Expert ("SME") with in-depth knowledge of Federal acquisitions laws and procedures, Department of Transportation regulations and procedures (including the Transportation Acquisition Regulations and Manual, and Volpe-specific policies and procedures) to help it meet the legal needs of the Office of Acquisitions while the federal attorney is out on leave. This SME must be an attorney in good standing in a U.S. state or Federal jurisdiction. The SME will be expected to work between 20 and 24 hours per week. The contractor is required to provide all requested specifications and delivery services in accordance with the Statement of Work (SOW) below. Statement of Work (SOW) - Begin Department of Transportation Volpe National Transportation Systems Center Acquisition Legal Support Services Statement of Work 1.0 Introduction The Volpe National Transportation Systems Center (Volpe Center) located at 55 Broadway, Cambridge, MA 02142, supports its mission and the work of its sponsors in part through the acquisition of goods and services in compliance with all federal procurement laws, regulations and policies. Historically, the Office of Legal Services or "OLS" has supported this acquisition mission with two senior attorney-advisors. One of those attorneys will be out of the office on extended leave from October 2016 through April 2017. The Volpe Center OLS requires the support of an Acquisitions/Legal Subject Matter Expert ("SME") with in-depth knowledge of Federal acquisitions laws and procedures, Department of Transportation regulations and procedures (including the Transportation Acquisition Regulations and Manual, and Volpe-specific policies and procedures) to help it meet the legal needs of the Office of Acquisitions while the federal attorney is out on leave. This SME must be an attorney in good standing in a U.S. state or Federal jurisdiction. The SME will be expected to work between 20 and 24 hours per week. 2.0 Task to be Performed 2.1 On an as-needed basis, the Contractor shall be assigned actions requiring legal advice and review to support the OLS in the area of acquisitions. 2.2 The Contractor may be assigned actions requiring support to the OLS attorney assigned a matter before an adjudicating Federal agency (i.e., GAO and SBA) in connection with a Volpe Center procurement. This support shall include legal advice and review services. 3.0 Schedule of Deliverables 3.1 The contractor shall provide a bi-weekly status report (via email to the OLS point of contract) on actions assigned and status of each action. 3.2 Specific deliverables shall be determined, based upon the assignment. Typical deliverables shall include: • Memoranda describing legal comments or recommending concurrence on a variety of acquisitions documents, including Technical Evaluation Reports, JOTFOCs, etc. • Draft Agency Reports for GAO and other protests • Research memoranda and draft correspondence for OLS attorneys • Participation in meetings, conference calls • Serving as a SME in personnel interviews and assessment teams • Assisting with training of the new acquisitions attorney 4.0 Legal Point of Contact The following individual will serve as the OLS Point of Contact: Monica Conyngham, Chief Counsel Volpe Center 55 Broadway Cambridge, MA 02142 (617) 494-2731 Monica.conyngham@dot.gov 5.0 Period of Performance For 26 weeks from the date of award. 6.0 Non-disclosure Agreement/Conflict of Interest In addition to complying with all rules of professional responsibility concerning confidentiality, the Contractor shall be expected to sign a non-disclosure of proprietary information certificate at time of award. Disclosure of financial interests of the Contractor and the Contractor's spouse, and disclosure of employment of children and spouse will also be required at time of award to avoid any conflict of interest. The Contractor shall be responsible for advising the legal point of contact of any conflicts due to his/her financial interests at all times during performance of services. 7.0 Place of Performance The work will be performed primarily off-site; however, the SME will be expected to travel to the Volpe Center in Cambridge, MA two times per month. Office space, materials, supplies and necessary equipment will be provided by the Government when the contractor is located in Government-provided facilities. 8.0 Travel As mentioned in this Statement of Work, when requested and approved by COR, travel over 50 miles for meetings at the Volpe Center under this contract shall be performed in accordance with Federal Travel Regulation (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the time of travel as set forth in the FTR. In accordance with FAR Subpart 31.205-46, a written justification must be provided to the COR for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of the receipts for expenses) in the following categories: 1.) Airline Tickets (commercial rates) 2.) Hotel Expenses (Government rates unless pre-approved by the COR) 3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00) Food and other miscellaneous expenses will be reimbursed at the prevailing FTR reimbursement rates for travel. Statement of Work (SOW) - End REQUIREMENTS/SPECIFICATIONS The Government intends to award a 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 proposal shall be prepared in accordance with Attachment 1, Instructions, Conditions, and Notice to Offerors. 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 - 0200. CLIN 0100 - Legal Subject Matter Expert Services in Acquisitions. 520 Hours X tiny_mce_marker____________________ per hour = tiny_mce_marker_____________________ CLIN 0200 - Travel (Not to Exceed Amount) tiny_mce_marker_____________________ TOTAL for CLINs 0100 and 0200: tiny_mce_marker_____________________ NOTICE TO OFFERORS FAR 52.212-1, Instructions to 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). An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. 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 proposal. FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209.6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18 and 52.232-33. 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. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christine Guy, V222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Christine.guy@dot.gov by closing date of October 14, 2016 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 October 17, 2016. The following FAR provision is incorporated by full text: FAR 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 52.203-99 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (DEVIATION 2015-02) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1500919e5cf0ef981d87401e316d9e14)
 
Place of Performance
Address: Contractors Site and 55 Broadway, Cambridge, MA 02142, Cambridge, Massachusetts, United States
 
Record
SN04301321-W 20161013/161011234251-1500919e5cf0ef981d87401e316d9e14 (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.