Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
SOLICITATION NOTICE

R -- Advance Research in Transportation Technology

Notice Date
2/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142-1093
 
Solicitation Number
DTRS57-04-R-20020
 
Response Due
3/17/2004
 
Point of Contact
Point of Contact - Michael L Raymond, Contract Specialist, 617-494-2313
 
E-Mail Address
Contract Specialist
(raymondm@volpe.dot.gov)
 
Description
NA The proposed procurement is for a multiple award contract for services related to Noise Analysis Support (NAS) for the U.S. Department of Transportation and other Federal Agencies. The solicitation is being competed as a 100% Small Business set-aside. The successful contractors will provide services in the following specific areas of NAS: 1.Measuring fixed-wing aircraft and rotor-craft noise; 2.Measuring highway vehicle noise; 3. Measuring rail and hovercraft noise; 4.Measuring aircraft air emissions and dispersion; 5.Measuring ambient sound levels in low-level environments; 6.Reducing and analyzing acoustics-related and air emissions-related data; 7.Developing codes and algorithms for acoustics and emissions computer models; 8.Modeling aircraft performance; modeling airport noise; 9.Mode ling noise barrier performance; 10.Modeling highway noise; 11.Modeling rail noise; 12.Modeling noise in low-level environments; 13 Modeling air pollution dispersion;14 Preparing acoustics-related and air emissions-related training and guidance materials (e.g., manuals, CD-ROMs, audio-visuals); and 15.Preparing material in support of Environmental Assessments and Environmental Impact Statements in support of NAS. To encourage participation by concerns that have been certified to participate under Section 8(a) of the Small Business Act utilizing the applicable North American Industry Classification System (NAICS) code of 541990 with a small business size standard of $6.0 Million. The Government will make the first of at least two awards to an 8(a) eligible firm that has submitted an accepta ble proposal and has demonstrated that the firm has the potential to compete successfully for task after award. The estimated release date of the Solicitation will be on or about March 17, 2004 Proposals will be due approximately 30 days following the issuance of the solicitation. The solicitation will be issued on an Indefinite Delivery/Indefinite Quantity Multiple Award basis with the ability to issue task orders on a firm fixed price (FFP), cost-plus-fixed-fee (CPFF) completion, or cost-plus-fixed-fee (CPFF) term basis at the Contracting Officer's discretion based on the guidelines provided in Part 16 of the Federal Acquisition Regulations. Performance-based task orders will be used to the maximum extent practicable. The term of the ordering period of the contracts will be five years from date of award. The Volpe Center uses electronic commerce to issue RFPs and amendments to RFPs. Paper copies of the RFP or amendments will not be issued. Telephone requests will not be honored. The solicitation and any document related to this procurement will be available on the Internet; these documents will be available in text format and reside on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Division home page is: http://www.volpe.dot.gov/procure/index.html. Offerors desiring to receive electronic notification of the solicitation's posting and availability for downloading may register at the Volpe Center site. Contractors are warned that when they register to receive solicitations, amendments, and other notices, the responsibility for providing the Government with an accurate and complete E-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the e-mail address provided. This Notice is for informational purposes for Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance, and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning Bonding Assistance Program and/or the STLP, please call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official in writing by email at raymondm@volpe.dot.gov. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.eps.gov/spg/DOT/RSPA/VNTSC/DTRS57-04-R-20020/listing.html)
 
Record
SN00573497-F 20040429/040427212615 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.