Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2009 FBO #2869
MODIFICATION

C -- Architect and Engineering Services

Notice Date
9/30/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-09-R-20040
 
Response Due
10/29/2009
 
Archive Date
7/29/2010
 
Point of Contact
Point of Contact -John Huss, Contracting Officer, 617-494-2670
 
E-Mail Address
Contracting Officer
(John.Huss@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to provide answers to questions received from offerors, extend the response date, and to provide clarifications and changes to the presolicitation notice as follows: 1. Section 2 of the original synopsis is clarified as follows: The synopsis utilizes the ATMP and Libby Programs as examples of the type of work the Volpe Center encounters. Although these programs are fundamental to the current work portfolio of the Volpe Center, they are not the only programs the Volpe Center would anticipate support from offerors. They generally represent the skills and experience the Volpe Center would need the offeror to provide in the areas of NEPA and non-NEPA compliance. Projects that require similar expertise could likely be for the Federal Railroad Administration (FRA), United States Coast Guard (USCG), National Aeronautics and Space Administration (NASA), United States Air Force (USAF), United States Navy (USN), Federal Motor Carrier Safety Administration (FMCSA) and/or other agencies within and outside of the Department of Transportation (DOT). Furthermore, the project locations may be anywhere in the United States (except New York state and New England). Therefore, the solicitation is not only satisfying the NEPA requirement at National Parks for the ATMP program or the non-NEPA requirement for architect and engineering support at the Libby Asbestos Project for the Environmental Protection Agency (EPA) in Montana. Proposals should reflect the fundamental work required for the ATMP and Libby Asbestos programs, but should also recognize the larger need of working at different locations and different agencies within the scope of the Pre-solicitation Description. 2. Section 5 of the original synopsis is changed to require offerors who plan to provide a form SF 330 for both Areas 1 and 2, to provide a separate form SF330 for Area 1 and a separate form SF330 for Area 2. Section 5 is also changed to extend the form SF330 submission date and modify formatting requirements. As a result, Section 5 of the Synopsis is changed to read as follows: 5. SUBMISSION REQUIREMENTS: Offerors interested in providing A&E support services to the Volpe Center for Environmental Compliance Area 1 only, or Area 2 only, or both Area 1 and 2, as defined above, are to submit six (6) copies of completed form SF330, Architect-Engineer Qualifications Parts I and II no later than 2:00 PM EDT on October 29, 2009 to the attention of John Huss, RVP-31, 55 Broadway, Kendall Square, Cambridge, MA 02142. A separate form SF330 should be provided for each Area. Those Offerors responding to Area 1 only or Area 2 only will submit one form SF 330. Those Offerors who are responding to both Area 1 and Area 2 will submit two separate form SF 330s, one for each Area. Each completed form SF 330, Part 1 ? Contract Specific Qualifications shall not exceed 25 printed pages total. Double-sided pages shall be counted as two pages. Pages shall be 8 ? x 11 inch stock in portrait orientation. Should the Offeror require fold out pages, one fold out page shall not exceed either 8.5 inches x 22 inches or 17 inches x 11 inches, which when folded in half will be no larger than 8.5 inches x 11 inches. The fold out will count as two pages. Print should be Times New Roman, 12 point font. Text included on figures, charts, tables, and/or matrices may be reduced to Times New Roman 9 point font. Any additional items, either not requested, or in excess of the above specified page limits, or in the incorrect format, will not be included in the evaluation process. There is no specific page limit on Part II ? General Qualifications. The format for Part II will be the same as for Part I. Electronic responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bid. No materials will be returned. Do not fax or e-mail any material. This is not a request for proposal. Offerors may send e-mail questions to the Contracting Officer?s e-mail address listed below. Questions will be accepted through September 24, 2009, 2:00 PM EDT. Telephone calls will not be accepted. 3. There are no changes to Sections 1, 3, and 4 of the original synopsis. 4. Responses to Offeror Questions: a. Question: Does the font type and size (Times New Roman, 12 Point) include the actual SF330 form? Response: Yes, all fill-in information provided by the offeror must be Time New Roman 12 Point. The GSA on-line Microsoft version SF330 will accommodate this. b. Question: Are non-standard matrices allowed and would they count as a page? Response: Should the Offeror require fold out pages, one fold out page shall not exceed either 8.5 inches x 22 inches or 17 inches x 11 inches, which when folded in half will be no larger than 8.5 inches x 11 inches. The fold out will count as two pages. c. Question: Under Area 1, is the expectation that the Offeror must be able to do ATMP noise measurements at twelve or more parks simultaneously? Response: Yes. But keep in mind that noise measurements may be for different projects from agencies such as FRA, FAA, USAF, USCG, NASA, FMCSA and/or others. The Government is looking for offerors who have the potential capacity to work on multiple projects simultaneously that may or may not include the ATMP program. d. Question: Under Area 1, would the Offeror be expected to provide the necessary equipment for any number of simultaneous ATMP noise measurement studies, whether it is one or twelve? Response: Yes. But keep in mind that the Government is using the ATMP Program as an example. The noise measurement requirements may be for different projects for FRA, FAA, USAF, USCG, NASA, FMCSA and/or other agencies. The Government is looking for Offerors who have the potential capacity and access to equipment that enables them to work on multiple projects that may or may not include the ATMP program and may or may not include noise measurement requirements. e. Question: If an Offeror who submits an SF330 for Area 1 and Area 2 is not selected for one of the aforementioned areas, will the offeror still be considered for the other area? Response: Yes, per Section 3 of the Synopsis, an Offeror who submit an SF330 for Area 1 and Area 2, may be selected for both Area 1 and 2, or only Area 1, or only Area 2. f. Does the requirement to use Time New Roman 12-point font apply to graphics and tables? Response: Text included on figures, charts, tables, and/or matrices may be reduced to 9 point. g. Question: Can information regarding Oral presentations be provided at this time? Response: Details regarding Oral presentations will be provided to Offerors at the time that they are invited to provide an Oral presentation. h. Question: Regarding the many services listed in Section 1, Description with respect to Area 1 and Area 2. Are offerors expected to focus on the subset of these services that they deem directly relevant to a particular Compliance Area (1 or 2)? Response: All of the environmental services listed in Section 1 could potentially be applicable to each of the two Areas. The synopsis identifies the ATMP and Libby Programs as examples of the type of work Volpe Center encounters under Area 1 and Area 2. Although these programs are fundamental to the current work portfolio of the Volpe Center, they are not the only programs the Volpe Center would anticipate support from the contractor for Area 1 or Area 2. i. Question: Is a cover letter included in the stipulated page count limits? Response: No. However, information contained in the cover letter will not be used in the Government evaluation. j. Question: Who is the incumbent? Response: This question is outside the scope of the synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-09-R-20040/listing.html)
 
Record
SN01976785-W 20091002/091001002242-10412a00e050da4d7304da2620911e55 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.