Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
DOCUMENT

H -- Quality Control, Testing & Inspection Services - Labor Category List - Notice for filing protest - SOW

Notice Date
9/5/2008
 
Notice Type
SOW
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
Solicitation Number
DTMC75-08-R-00011
 
Archive Date
9/26/2008
 
Point of Contact
Sabrina Severe,, Phone: 2023852309
 
E-Mail Address
sabrina.severe@dot.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included with this notice. This procurement is being made in accordance with the procedures in FAR Part 12, FAR Part 15, and FAR Part 16.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTMC75-08-R-00011 and it is being issued as a Request for Proposals (RFP). The NAICS code is 811198. The Federal Motor Carrier Safety Administration (FMCSA) will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) type contract for Off-Site regulatory reviews of all commercial motor vehicle safety and regulations. The period of performance for the base period is twelve (12) months from the date of award, and four (4) one year option periods not to exceed a total of 5 years. The services will be ordered through task orders containing Time-and-Materials (T&M) contract line items (CLINS). The contractor shall be required to provide services in accordance with the Statement of Work (SOW). Inspection shall be in accordance with FAR 52.212-4. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b) (10). In accordance with FAR 52.212-2, and the selection factors listed below as an addendum to FAR 52.212-2, the Government will award a single contract to the responsible offeror whose offer, conforming to the solicitation requirements, is most advantageous and offers the best value to FMCSA. The FMCSA will evaluate offers based on the following factors which are an addendum to FAR 52-212-2: 1) Relevant Experience/Proposed Personnel; 2) Relevant Past Performance on same or similar procurements performed within the past three years or in progress. Include three references consisting of the contract number, the agency or company for which the work was performed, contract value, a description of work performed, and the name of the Contracting Officer and Technical Representative to be contacted with their address, telephone, email address, and facsimile numbers. The FMCSA reserves the right to utilize past performance information in conducting the evaluation other than the information submitted with the proposal received; and 3) Price. Selection for award will be made to the responsible offeror whose proposal represents the best value for the Government using the tradeoff continuum in accordance with FAR Subpart 15.3. The trade off analysis will be made using proposal information provided for the three evaluation factors listed above. In the trade off analysis the importance of all non-price evaluation factors above are in descending order of importance and, when combined, are significantly more important than price. Offeror proposals shall have three separate sections: Section 1 will include the response to Relevant Experience/Proposed Personnel; Section 2 will contain the response for Relevant Past Performance information; and Section 3 will contain the proposed Price information. Total contract ceiling price will be evaluated for reasonableness in accordance with FAR 15.404-1b. Evaluation of the option periods shall not obligate the Government to exercise the options. Offerors are required to submit at least 3 Relevant Past Performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. 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. Offerors shall include a completed copy of provision 52.204-8, Offeror Representations and Certification --Commercial Items Alt I, with their proposal, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.204-2, Security Requirements; 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition; 52.217-8, Option to Extend Services (insert “30 days of the contract expiration” in the clause’s last sentence); 52.217-9 Option to Extend the Term of the Contract (insert “5 days of the contract expiration” and insert “60 days of the contract expiration” in paragraph (a) of the clause, and insert “5 years and 6 months” in paragraph (c) of the clause); 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System Number; 52.204-7, Central Contractor Registration; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; 52.203-6, Restrictions on Subcontractor sales to the Government; 52.223-13, Certification of Toxic Chemical Release Reporting; 52.223-14, Toxic Chemical Release Reporting; 52.225-13, Restrictions on certain foreign purchases; 52.233-2, Service of Protest; 52.233-3, Protest after award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-3, Changes-Time and Materials; 52.244-6, Subcontracts for Commercial Items; 52.246-6, Inspection –Time and Materials. Finally, the Transportation Acquisition Regulation (TAR) clauses 1252.217-74- Subcontracts; 1252.237-70- Qualifications of Contractor Employees; 1252.237-73 – Key Personnel; and 1252.239-70 – Security Requirements for unclassified information technology resources is applicable to this solicitation and resulting contract, and is incorporated by reference. Proposals are due no later than 12:00 p.m. on September 11, 2008. Offeror proposals shall be a maximum of 80 pages. If your proposal is being submitted by REGULAR MAIL, EXPRESS MAIL or COURIER, use the following address: Department of Transportation (DOT)/Federal Motor Carrier Safety Administration (FMCSA), 1200 New Jersey Avenue, SE, Washington, DC 20590-0001, to the Attention of Ms. Sabrina Severe, W66-125. Offerors are encouraged to submit your proposal electronically to Sabrina.Severe@dot.gov. However, it is each offeror’s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. Should offerors have any questions, submit questions to the Contract Specialist, Ms. Sabrina Severe, at the above email address, no later than 5:00 p.m. EST on September 9, 2008 and all questions and answers will be posted to this site for the information of all offerors. It is the policy of the FMCSA to issue solicitations and make contract awards in a fair and timely manner. Potential offerors who believe that a FMCSA solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. The Contracting Officer for this procurement is Ms. Diane Bethea, Diane.Bethea@dot.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1bd1794f2db367322c332916e4b3662&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: Labor Category List (Attachment Two (00011).pdf)
Link: https://www.fbo.gov//utils/view?id=5331418288785d329ac48f994ed1b996
Bytes: 33.95 Kb
 
File Name: Notice (Attachment Three (00011).doc)
Link: https://www.fbo.gov//utils/view?id=e18a9e49b50c32db63a344648c1dab86
Bytes: 26.00 Kb
 
File Name: Statement of Work (Attachment One (00011).pdf)
Link: https://www.fbo.gov//utils/view?id=24d4dfa891fadbfa886f16432b61d975
Bytes: 139.83 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: TBD on individual Task Order, United States
 
Record
SN01660783-W 20080907/080905221307-f1bd1794f2db367322c332916e4b3662 (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.