Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

D -- Aviation Schedule and Fleet Database License - Statement of Work

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-Q-80011
 
Archive Date
1/26/2010
 
Point of Contact
Donald MacGee, Phone: 6174942803
 
E-Mail Address
Donald.MacGee@dot.gov
(Donald.MacGee@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
10-Q-80011 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 No. DTRT57-10-Q-80011 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code is 541519 and the Small Business size standard is $25.0M. The Government intends to award a Firm Fixed-Price contract. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to purchase an aviation data license that will offer flexible, comprehensive access to the 2000 -2014 data years of the following two types of commercial aviation databases: An historical airline schedule and monthly Locations / Daylights Savings Time (DST) database; and A world fleet database. Both databases will be utilized by the Volpe Center to support various Federal Aviation Administration (FAA) aviation analysis modeling tools to generate results for the 2000 - 2014 data years. The Volpe Center would like to procure a five-year license to obtain the 2000-2014 data, consisting of one base year and four option years. The purchased database license must fulfill the Volpe Center's schedule and fleet database needs described in the Description of License section below for the existing data years 2000-2008 during the period of performance. Also within this period of performance, the Volpe Center will be given access to all 2009, 2010, 2011, 2012, 2013, and 2014 schedule and fleet data that becomes available through annual database updates. For purposes of consistency of data being provided for both datasets in the database (i.e., historical airline schedule data and world fleet data), both datasets being offered must originate from a single source of supply, rather than from different sources for each of the two datasets. All data must be compatible with pre-processing codes and internal algorithms that have already been developed for its aviation analysis modeling tools. Description of License and Period of Performance The database license provided by the vendor will have a period of performance of five years (including options) from the date of purchase and will provide the following data: Historical Schedule Data The modeling tools require the 2000 - 2014 historical airline schedule databases. The data to be delivered must consist of all worldwide monthly historical airline schedules for January through December of each year from 2000 - 2014, including carrier detail. The 2000 - 2014 historical schedule databases consist of the following: The historical databases for the years 2000 - 2014, made available via download in comma delimited format (CSV) for each year from 2000 - 2014; and The 2000 - 2014 monthly Locations / DST files, made available via download in text file format (TXT) for the years 2000 - 2014. World Fleet Data The modeling tools require the 2000 - 2014 world fleet databases. The data to be delivered must consist of all worldwide biannual airline fleet information for each year from 2000 - 2014, made available via download in text definition file format (TDF) for each year from 2000 - 2014. Deliverables: One five-year data (including options) license granting access to downloads of 2000 - 2014 historical schedule data and world fleet data, as described in the "Description of License" section above. A copy of the statement of work is attached to this synopsis/solicitation. Interested sources must submit a capabilities package demonstrating their past and current experience with work of this nature. Information provided must be detailed in the area(s) above so the Government can assess the ability of your company to provide the described services. Information should be provided in either Word (2007 or earlier version) or PDF. Each response must reference the synopsis/solicitation number and or title. In accordance with the NAICS provided, all Offerors must state whether they are a large or small business. Offerors are requested to provide their DUNS and CCR numbers. Interested parties must respond to this announcement electronically (via email) by NLT 3:00 pm ET, October 26, 2009. Mailed, telephonic, and faxed requests will not be honored. All responses must be sent to the attention of Donald MacGee, electronically via email. Please e-mail all responses to: Donald.MacGee@dot.gov. All data received in response to this announcement marked or designated as corporate or proprietary information will be protected from release outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. Vendors seeking award of a Government Contract must be registered in the Central Contractor Registration (CCR) database. CCR registration information may be found at www.ccr.gov. Please be aware that all information submitted in response to this request, whether written, oral, electronic, graphic, or any other medium, is considered public information under the Freedom of Information Act, 5 U.S.C. 552. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. The award will be subject to the following Federal Acquisition Regulation Clauses: 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items is incorporated by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.227-14, Rights in Data-General
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80011/listing.html)
 
Place of Performance
Address: 55 Broadway, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN01986041-W 20091017/091015235052-95f63f813f21e2864be11eca680ce7e8 (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.