Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOLICITATION NOTICE

H -- Sled Tests Using Different Hybrid-III Anthropomorphic Test Devices in APTA�s Passenger Rail Seat Tests

Notice Date
6/11/2024 9:33:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G624Q300048
 
Response Due
6/14/2024 12:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Rachel Anderson, Christopher Dooley
 
E-Mail Address
rachel.anderson@dot.gov, christopher.dooley@dot.gov
(rachel.anderson@dot.gov, christopher.dooley@dot.gov)
 
Description
Update: This solicitation was updated on 6/11/2024 to add a Questions and Answers Document. This is a combined synopsis/solicitation for commercial services 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. 6913G624Q300048 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 2024-05, effective 05/22/2024. The NAICS Code is 541380. The small business size standard is $19.0M. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) supports the Federal Railroad Administration (FRA) Office of Research, Development and Technology by conducting research to improve occupant protection during train accidents. This requirement is to plan, execute, and document sled tests per the APTA passenger rail seat standard with different sized ATDs than those currently specified. LINE ITEMS (see attachment 1) REQUIREMENTS/Statement of Work (see attachment 2): The Government intends to award a firm-fixed price purchase order as a result of this Combined Synopsis/Solicitation. Please provide a firm-fixed price quote on the SOW attached. PERIOD OF PERFORMANCE:� CLIN 00100 - 20 weeks from the date of award CLIN 00200 -�8 weeks from the option exercise CLIN 00300 -�8 weeks from the option exercise INSTRUCTIONS TO OFFERORS: Interested vendors are required to submit a 1) Price Submission (see attachment 1), and 2) Cover Letter. The signed offer must be submitted via e-mail to christopher.dooley@dot.gov and rachel.anderson@dot.gov. Please submit all questions to christopher.dooley@dot.gov and rachel.anderson@dot.gov by 06/07/2024 by 3:00 PM Eastern Standard Time The time for receipt of offers is 3:00 PM Eastern Time on 06/14/2024. EVALUATION OF OFFERORS :�The Government will make an award to the contractor whose quote is deemed lowest price technically acceptable. All offerors must have completed the following representations via Sam.Gov. If the offeror has not completed these representations, they must be included as an attachment in the quote submission: FAR 52.212-3, Offeror Representations and Certification-Commercial Items FAR 52.204-26 OR FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items SAP Terms and Conditions (see attachment 3) The FAR provisions and clauses cited in this notice can be reviewed at www.acquisition.gov/far. The Government will not pay for any information received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73ff2973bb9c4f50932192a78b42ec74/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07092911-F 20240613/240611230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.