Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
MODIFICATION

B -- On-board Safety Systems Trucking Industry Demographics

Notice Date
8/14/2007
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA, 400 7th Street SW MC-MBA, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTMC75-07-R-00006
 
Response Due
8/20/2007
 
Archive Date
9/4/2007
 
Point of Contact
Mark Crawford, Contract Specialist, Phone 202 385-2318, Fax 202 385-2333, - Ruby Mixon, Lead Contract Specialist, Phone 202-385-2303, Fax 202-385-2333,
 
E-Mail Address
mark.crawford@dot.gov, ruby.mixon@fmcsa.dot.gov
 
Description
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 will not be issued. Solicitation DTMC75-07-R-00006 is a request for proposal (RFP) and includes FAR provisions and clauses in effect through FAC 2005-18 Effective on June 30, 2007. Line Item 0001 1 Lot In accordance with attached Performance Statement of Work Provisions 52.212-1, Instructions to Offerors-Commercial, and 52.212-2 Evaluation?Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability 1. Experience and Capability: The vendor shall describe its expertise in conducting research related to the trucking industry and commercial vehicle on-board safety systems. The vendor shall also describe its proven demonstrated ability to successfully recruit diverse trucking industry participation in research and to collect extensive, in-depth information directly from the trucking industry, i.e. carrier safety managers, drivers, financial officers, and insurance company managers. Specific examples of previously conducted research involving trucking industry contacts and the extent of the industry contacted and information collected should be cited. (7 page limit) 2. Approach: The vendor shall submit a valid approach to how it specifically will complete the contractor requirements for each performance objective. (8 page limit). 3. Resumes of individuals performing the work. Price and Past Performance from completed attached Past Performance Questionaire relevant to the Performance Statement of Work. Technical and past performance, when combined, are more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006) 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 and Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items apply to this order. The following FAR clauses from paragraph (b) of FAR Clause 52.512-5 are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (TAR) 48 CFR1252.237-70 Qualifications of Contractor Employees (Apr 2005) (TAR) 48 CFR1252.237-73 Key Personnel (Apr 2005) (TAR) 48 CFR1252.242-73 Contracting Officer's Technical Representative (Oct 1994) (TAR) 48 CFR1252.242-72 Dissemination of Contract Information (OCT 1994) 1. Question. Is this a new project or a continuation of an existing project? If a continuation of an existing project, which firm currently is doing this work? Answer. No, this is a new project. 2. Question. Should the proposal be submitted electronically or in hard copy form? If hard copy, how many copies should be sent and to what address should the proposal be sent? Answer. Proposals should be sent to the Contracting Office Address in the solicitation or the e-mail address of the Point of Contract in the solicitation. 3. Question. In what form should the cost proposal be submitted? Also, can the proposal be submitted in the same bound document as the technical proposal or should they be bound separately? Answer. See FAR 52-212-1 Instruction to Offerors-Commercial in the solicitation. 4. Question. The RFP states ??Past Performance from completed attached Past Performance Questionnaire relevant to the Performance Statement of Work.? Please clarify. Are we to provide Past Performance Questionnaires with our proposal? If so, please provide the questionnaire in electronic format. Answer. A copy of the Past Performance Questionnaire is forwarded to offerors on request to the Point of Contact as stated in the solicitation. 5. Question. Would the selected consultant need to comply with FAR reference 48 CFR 1252.237-70 and provide background checks and fingerprints (potentially) for all staff working on the project. Answer. 48 CFR 1252.237-70 Qualifications of Contractor Employees (Apr 2005) is included in the solicitation and compliance is required.
 
Place of Performance
Address: 1200 New Jersey Ave. SE, Washington, DC
Zip Code: 20590-0001
Country: UNITED STATES
 
Record
SN01371846-W 20070816/070814220749 (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  © 1994-2020, Loren Data Corp.