Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

D -- Electronic Database System

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-09-R-00028
 
Archive Date
7/15/2009
 
Point of Contact
Vinton M. Grant, Phone: 202-385-2348
 
E-Mail Address
vinton.grant@dot.gov
(vinton.grant@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to extend the proposal due date to July 7, 2009 @ 1300 Eastern. All other information remain unchanged. The purpose of this amendment is to extend the proposal due date to June 30, 2009 @ 1300 Eastern. All other information remain unchanged. (1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the attached Performance Work Statement (attachment 1) included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2)The solicitation number is DTMC75-09-R-00028 and is issued as a Request for Proposals (RFP). (3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 effective December 12, 2008. (4)The North American Industrial Classification System (NAICS) code for this procurement is 541511 Custom Computer Programming Services with a Small Business size standard of $23.0M. This requirement is unrestricted. This requirement is to develop and maintain electronic database software. The software enables users to retrieve and sort information based on description provided in the Performance Work Statement (Attachment 1). As a result of this solicitation, it is anticipated that a Firm Fixed Price type contract will be awarded. (5)Base Period CLINS CLIN 1001 Software Development and Documentation in accordance with PWS section 10.0. (Attachment 1) CLIN 1002 Regulations and Documents Database Generation for storage and retrieval of information and documents related to Federal and State commercial vehicle safety and transportation in accordance with PWS section 10.0. CLIN 1003 Software Configuration, Maintenance, Upgrade and Technical for software program in accordance with PWS section 10.0. CLIN 1004 Data Management in accordance with PWS section 10.0 CLIN 1005 License Fees CLIN 1006 Orientation and Training in accordance with PWS section 10.4. Option Period I CLINS CLIN 2001 Regulations and Documents Database Generation for storage and retrieval of information and documents related to Federal and State commercial vehicle safety and transportation in accordance with PWS section 10.0. CLIN 2002 Software Configuration, Maintenance, Upgrade and Technical for software program in accordance with PWS section 10.0. CLIN 2003 Data Management in accordance with PWS section 10.0. CLIN 2004 License Fees Option Period II CLINS CLIN 3001 Regulations and Documents Database Generation for storage and retrieval of information and documents related to Federal and State commercial vehicle safety and transportation in accordance with PWS section 10.0. CLIN 3002 Software Configuration, Maintenance, Upgrade and Technical for software program in accordance with PWS section 10.0. CLIN 3003 Data Management in accordance with PWS section 10.0. CLIN 3004 License Fees Option Period III CLINS CLIN 4001 Regulations and Documents Database Generation for storage and retrieval of information and documents related to Federal and State commercial vehicle safety and transportation in accordance with PWS section 10.0. CLIN 4002 Software Configuration, Maintenance, Upgrade and Technical for software program in accordance with PWS section 10.0. CLIN 4003 Data Management in accordance with PWS section 10.0. CLIN 4004 License Fees (6). The period of performance will be from the effective date of award through 12 months plus three (3) additional option periods of twelve (12) months each. This requirement is unrestricted. Delivery and Acceptance shall be FOB Destination to 1200 New Jersey Ave., S.E. Washington DC 20590-001 (7). The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The following terms and conditions are added as an addendum to this clause: FAR 227-11 Patent Rights, Ownership by Contractor, FAR 52-227-14 Rights in Data, 52.227-17 Rights in Data – Special Works and FAR 52.227-18 Rights in Data existing Works. The full text of the solicitation provision and clauses can be accessed electronically at http://www.arnet.gov. The Procurement Integrity Act 41 U.S.C § 423 applies. (8). The Government intends to evaluate offers in accordance with FAR 52.212-2. A single Fixed Priced contract will be awarded without discussions to the proposal that conforms to the solicitation requirements and presents the Best Value to the government as determined by the evaluation criteria. BEST VALUE will be based on an integrated assessment by a technical evaluation panel of all areas and factors set forth herein with due consideration to the relative order of importance. Therefore the initial offer should contain the offeror’s best terms from a technical and price standpoint. Accordingly, the Government may award any resulting contract to other than the offeror proposing the lowest price or other than the offeror achieving the highest adjectival rating. The Government does reserve the right of such flexibility in evaluation to ensure award of a contract in its best interest. All evaluation factors will be adjectivally rated. Past Performance is the most important factor. The Technical Approach is more important than Management Approach but less important than Past Performance. When combined, all non priced factors are significantly more important than price. Price will be the controlling factor in the case where proposals are technically equal. The following factors shall be used to evaluate the proposals; (i) Past Performance. The Past Performance data shall not exceed 20 pages. Provide demonstrated experience in work effort similar in size, scope, magnitude, relevance and complexity to the requirements outlined in the PWS. Include a description of the project, project title, contract number, amount, client identification including agency or company name, contracting and technical reviewing official, address, email and telephone number. (ii) Technical Expertise. The section shall not exceed 20 pages. Discuss specific methods, technology and techniques for successful completion of tasks. An executable approach with detailed discussion of technical skills and capabilities to develop, support, maintain, upgrade or enhance electronic database software systems. Define and recommend solutions critical to the development, implementation and maintenance of the required system. The contractor shall furnish as part of their proposal all descriptive information necessary for the government to determine whether the service meets the minimum specifications for storing and retrieval of legislative, regulatory and enforcement information. This includes specialized knowledge, experience, resources, and knowledge of commercial motor carrier safety, hazardous material transportation regulations, rulemakings, codified regulations, regulatory interpretations, Federal Motor Carrier Safety Administration (FMCSA) enforcement policies, inspection documents, Commercial Motor Vehicle safety Alliance’s out of service criteria and other requirements detailed in PWS. (iii) Management Approach shall not exceed 20 pages. The approach should clearly demonstrate thorough understanding of requirement; sufficiently detailed quality control measures to recognize substandard performance and document corrective actions; and demonstrate clear understanding of the contract objectives. The proposal shall provide sufficient information to adequately evaluate overall design plans, schedule, software development timetables, testing plans and deployment plans. Demonstrate capability to manage and staff the project, and has knowledge, experience and resources to independently track and acquire updates to regulatory information. The government will evaluate the resumes of any proposed key personnel to determine extent to which they possess the necessary skills to perform the requirement. (iv) Price shall include clearly stated costs and cost related elements that are anticipated based on the objectives and requirements contained within the PWS. Please use the format provided on attachment 2 to provide your price proposal. Offerors proposed price should include a calculated subtotal for each year and calculated overall price. The total evaluated price will be the sum of all CLINS for the entire potential contract period with option years. (9).Offerors shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (10). The following FAR provisions and clauses apply to this solicitation; (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov (2) FAR 212-1 Instruction to Offerors – Commercial Items (June 2008). (3) FAR 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: Past performance, Technical Expertise, Management Approach and Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (4) FAR Clause at 52.212-3 Offeror Representation and Certifications – Commercial Items. (Feb 2009). (5) FAR Clause 52-212-4 Contract Terms and Conditions – Commercial Items (Mar 2009). (6) FAR Clause 52-212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (April 2009). (11). All electronic information technology deliverables rendered under this solicitation shall comply with Section 508 of the Rehabilitation Act and the Access Board Standards available for viewing at http://ww.section508.gov. (12). Proposals are to be received on or before June 30th, 2009 @ 1300 Eastern Time at: Federal Motor Carrier Safety Administration, Suite W66-495, 1200 New Jersey Ave SE. Washington DC 20590. Offerors are encouraged to submit proposals electronically to Vinton.grant@dot.gov prior to the deadline. Offerors shall adhere to the page limitations stipulated for each factor. Pages in excess of the stated limitations will not be forwarded to the evaluation team for review and could possibly impact the overall ratings received. Cover pages, indexes and table of contents will not count against the page limitation. Resumes are also not included in the total page count, but should not exceed 2 pages per individual. Please submit questions regarding this solicitation to Vinton.grant@dot.gov no later than May 21st, 2009 @ 1400 Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-09-R-00028/listing.html)
 
Place of Performance
Address: Federal Motor Carrier Safety Administration, Suite W66-495, 1200 New Jersey Ave SE. Washington DC 20590, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN01856969-W 20090627/090626000151-91bb79b91deac033c463dc9e73eb91e4 (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.