Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

B -- Draft course design guides to provide training for (1) safety inspections of commercial vehicles using hydrogen and (2) hazard awareness for drivers of commercial vehicles using hydrogen.

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-10-Q-00004
 
Point of Contact
Ann J. Holmes, Phone: 2023660741, Diane Bethea, Phone: 2023852303
 
E-Mail Address
ann.holmes@dot.gov, diane.bethea@dot.gov
(ann.holmes@dot.gov, diane.bethea@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDING SOLICITATION #DTMC75-10-Q-00004 AS FOLLOWS: 1- The correct Solicitation No. is DTMC75-10-Q-00012 2- NAICS Code remains 541690 but the size standard is corrected to reflect a $7.0 size standard. NO OTHER CHANGES/CORRECTIONS ARE MADE TO THE PREVIOUS SOLICITATION NO. THIS IS A COMBINED SYNOPSIS/SOLICITATION NOTICE. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with the attached Statement of Work (attachment 1) included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Department of Transportation (DOT), Federal Motor Carrier Safety Administration (FMCSA) has a requirement for the Development of Course Design Guides for Commercial Vehicle Inspectors and Drivers in Hydrogen Safety in accordance with the attached Statement of Work (SOW) (Attachment 1). As a result of the solicitation, it is anticipated that a Firm-Fixed Price type contract will be awarded. The period of performance will be from date of award for a 12 month period. Solicitation number DTMC75-10-Q-00004 is issued as a Request for Quotation (RFQ). This acquisition is being conducted under FAR Part 12 - Commercial item as a simplified acquisition and the resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisitions Circular 05-38. The North American Classification System (NAICS) code applicable to this requirement is 541690 and the small business size standard is 500 employees. The acquisition is being solicited as a Total Small Business Set-Aside. Contract Line Items (full descriptions in Attachment 1 - SOW): Each of the five contract line items will have at least one deliverable. CLIN0001 - Project Plan 1 chg $__________ Contractor shall develop a project plan with a milestone schedule showing deliverables and due dates and status of all uncompleted tasks. NOTE: Travel requirements CLIN0002 - Data Collection and Site Visits 1 chg $____________ Contractor shall collect data to determine if there have already been established training programs in the U.S. for (i) inspectors for commercial vehicles for hydrogen safety and (ii) drivers for commercial vehicles for awareness of hydrogen safety. NOTE: Travel requirements. CLIN0003 - Portable Hydrogen Detector 1 ea $____________ Contractor shall compile a list of recommended commercial off-the shelf (COTS) portable hydrogen detectors for use by commercial vehicle inspectors and perform an evaluation as specified in the SOW. CLIN0004 - Course Design Guide for Inspectors 1 ea $______________ Contractor shall develop a course design for training inspectors on how to examine a commercial vehicle for fuel safety of an on-board hydrogen system. CLIN0005 - Course Design Guide for Drivers 1 ea $_____________ Contractor shall develop a course design guide for training drivers to be aware of the on-board hazards of hydrogen systems, precautions that should be taken to prevent harm to oneself and the public, and measures to aid emergency responders. CLIN0006 - Monthly Progress Reports 1 ea $______________ Contractor shall submit monthly progress reports in writing to the COTR (e-mail is permissible) due on the fifteenth of the month following the month being reported on. CLIN0007 - Travel - Not-to-exceed $18,000.00. 1 ea $ ______________ Delivery and Acceptance shall be the U. S. Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), 1200 New Jersey Avenue, S.E., 6 th Floor, Washington, D.C. 20590-0001. FAR & TRANSPORTATION ACQUISITION REGULATION (TAR) CLAUSES: FAR 31.205-46-Travel Costs applies to this acquisition (see Attachment 1). The full text of the solicitation provision and clauses can be assessed electronically at http://acquisition.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUNE 2008) applies to this acquisition and any addenda to the clause. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) - The Government intends to evaluate offers in accordance with (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: Selection of an offer for contract award will be based on an evaluation of proposals against three factors: 1. Technical 2. Cost 3. Past performance Although technical factors are of paramount consideration in the award of the contract, cost and past performance are also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost. All evaluation factors will be adjectivally rated. Award will be made to the offeror whose proposal, conforming to the RFQ, is determined to be most advantageous and offers the best value to the Government, price and other factors considered. The evaluation will be based on the demonstrated capabilities of the prospective Contractor in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFQ. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed in the Statement of Work. Technical Capability - Experience and Capability: The vendor shall describe its expertise in conducting effective evaluations related to hydrogen safety. The vendor shall also describe its proposed course design guides for commercial vehicle inspectors and drivers in Hydrogen Safety, i.e. three documents pertaining to the safety of operations and maintenance of commercial vehicles using hydrogen as an alternative fuel so stated under Background in the statement of work. Cost - The Contracting Officer shall evaluate the fairness and reasonableness of the total proposed price/cost. To determine reasonableness of price/cost, the Government will review the price including the element of costs used to develop the proposed price to assess whether the offerors price proposal demonstrates a clear understanding of the statement of work requirements. The Government will analyze financial capabilities based upon the offeror's documentation to undertake the proposed project and other factors as outlined in FAR 9.1, Responsible Prospective Contractors. The Government may request additional information on financial resources and performance capability from the offeror in order to evaluate the offeror's ability to perform on the proposed contract. Past Performance - The Offeror shall be evaluated on performance under existing and prior contracts for similar services on recent, relevant contracts. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. An Offeror with no past performance information will receive a neutral rating (i.e. the rating will not add to or detract from its rating). However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - 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 paragraph (c) through (m) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition and any addenda to the clause. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUN 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (2) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 ) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( 41 U.S.C. 253g and 10 U.S.C. 2402 ). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) ( 15 U.S.C. 657a ). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns ( July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a ) __ (4) [Reserved] _X_ (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). __ (ii) Alternate I (Oct 1995) of 52.219-6 __ (iii) Alternate II (Mar 2004) of 52.219-6 __ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). __ (ii) Alternate I (Oct 1995) of 52.219-7 __ (iii) Alternate II (Mar 2004) of 52.219-7 _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) ( 15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2007) ( 15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9 __ (iii) Alternate II (Oct 2001) of 52.219-9 __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) ( 15 U.S.C. 637(a)(14) ). __ (10) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) ( 15 U.S.C. 637(d)(4)(F)(i) ). __ (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns ( Sept 2005 ) ( 10 U.S.C. 2323 ) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23 _X_ (12) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub L. 103-355, section 7102, and 10 U.S.C. 2323 ) _X_ (13) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub L. 103-355, section 7102, and 10 U.S.C. 2323 ) _X_ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) ( 15 U.S.C. 657 f ). __ (15) 52.219-28, Post Award Small Business Program Representation (June 2007) ( 15 U.S.C. 632(a)(2) ). __ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755) __ (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126) __ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) __ (20) 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 ) _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) ( 29 U.S.C. 793 ) _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50 __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) ( 42 U.S.C. 6962(c)(3)(A)(ii) ). __ (ii) Alternate I (Aug 2000) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C) ). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) ( 42 U.S.C. 8259b ) __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products ( Dec 2007 ) (E.O. 13423). __ (ii) Alternate I ( Dec 2007 ) of 52.223-16 _X_ (28) 52.225-1, Buy American Act-Supplies (June 2003) ( 41 U.S.C. 10a-10d ). __ (29)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) ( 41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3 __ (iii) Alternate II (Jan 2004) of 52.225-3 __ (30) 52.225-5, Trade Agreements ( Nov 2007 ) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (31) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150 ). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) ( 42 U.S.C. 5150 ) _X_ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ) _X_ (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ) __ (37) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) ( 31 U.S.C. 3332 ) __ (38) 52.232-36, Payment by Third Party (May 1999) ( 31 U.S.C. 3332 ) __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a ) __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). __ (ii) Alternate I (Apr 2003) of 52.247-64 (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.) ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ) __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) ( 31 U.S.C. 5112(p)(1) ). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 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 ). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) ( 29 U.S.C. 793 ). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) ( 22 U.S.C. 7104(g) ). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.216-1 Type of Contract - The Government contemplated award of a Firm Fixed Price contract resulting from this solicitation. FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) - This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at http://arnet.gov. DEPARTMENT OF TRANSPORTATION ACQUISITION (TAR) CLAUSES 1252.237-70 Qualifications of Contractor Employees (Apr 2005) 1252.237-71 Certification of Data (Apr 2005) 1252.237-73 Key Personnel. KEY PERSONNEL (APR 2005) (a) The personnel as specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel, as appropriate. (b) Before removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the contracting officer, in writing, before the change becomes effective. The Contractor shall submit information to support the proposed action to enable the contracting officer to evaluate the potential impact of the change on the contract. The Contractor shall not remove or replace personnel under this contract until the Contracting Officer approves the change. The Key Personnel under this contract consist of a Subject Matter Expert and a Training Specialist. 1252.242-73 Contracting Officer's Technical Representative (Oct 1994) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, etc.) that require the signature of the Contracting Officer. Agency/Contract Office Information COTR FMCSA Contact: Quon Kwan, 202-385-2389, quon.kwan@dot.gov Invoice Instructions The Contractor shall submit monthly invoices (original and one copy) to the following address (the final invoice shall be annotated as "FINAL INVOICE"): FAA P.O. BOX 269048 Oklahoma City, OK 73126-9048 The Contractor shall provide a copy marked "COPY" to the following address: Federal Motor Carrier Safety Administration Acquisitions Management Division 1200 New Jersey Ave., S.E., 6 th Floor Washington, DC 20590 The Contractor shall assure that the invoice includes the following information: •1. Name and address of contractor as it appears on the contract. If the contract is assigned to a bank, also show "CONTRACT ASSIGNED" below the name and address of the contractor. •2. Invoice date and invoice number. (Contractor should date invoices as close as possible to the date of mailing or transmission.) Invoices shall not be dated more than one day prior to submission. •3. Contract number, and when applicable, the Order number as shown on the award document and/or other authorization for supplies delivered or services performed (including Contract Line Item Number (CLIN), if applicable). •4. Description, quantity, unit price, and extended price for supplies delivered or services performed. •5. The period for which beginning and ending cost incurred. •6. Name and address of contractor official to whom payment is to be sent (must be the same as in the contract or in a proper notice of assignment). •7. Name (where applicable), title, phone number, fax number and e-mail address of person to notify in the event of a defective invoice. •8. Taxpayer Identification Number (TIN). •9. Electronic funds transfer (EFT) banking information. •10. Documentation that shows current cumulative charges and balances by: •a. CLIN number and current amounts. •b. A list of direct supplies, materials, equipment, and any other ODC's with quantity and cost of each item. •c. A receipt shall be provided for each item over $10.00, when reimbursed for official travel. •11. Travel, including a breakdown of all actual travel and per diem expenses by traveler, by trip. All invoiced travel costs shall be supported by receipt. Nominal charges (under $10.00) such as tolls, public transportation, and photocopying may be listed instead of providing a receipt. Excessive cost in these areas shall be explained. •12. A copy of the boarding stub and invoice to the Contractor from the Credit Card Company or travel agency may document air passage, current amounts and the cumulative costs of all invoices to date. •13. Any Administrative handling charges shall be shown as a separate line item. Failure to provide the required information shall be cause for rejection of the invoice and will delay payment. QUESTIONS - Any questions or concerns regarding any aspect of this RFQ shall be forwarded to the Contract Specialist, Ann Holmes, via e-mail to Ann.Holmes@dot.gov, and CC all questions to our acquisitions e-mail box, FMCSA_AcquisitionsManagement@dot.gov before 12:00 PM EST March 2, 2010, so that they can be addressed prior to the submission of your Quote package. QUOTATION SUBMISSION - Quotations are due March 9, 2010, 7:30 A.M. EST at the Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Acquisitions Management Division (MC-MBA), 1200 New Jersey Avenue, S.E., Washington, D.C. 20590. Attention Ann Holmes, Contract Specialist, (202) 366-0741. Quotations may be submitted electronically to ann.holmes@dot.gov. Faxed copies are not accepted. The electronic transmission must reference the solicitation number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Attachment 1 Statement of Work for Development of Course Design Guides for Commercial Vehicle Inspectors and Drivers in Hydrogen Safety Purpose: The purpose of this effort is to develop course design guides (also known as preliminary plans for instructional design) of training for the following: (i) inspectors for examining the safety of hydrogen systems on-board commercial vehicles and (ii) drivers for awareness of the hazards of hydrogen systems on-board commercial vehicles. Background: As the result of an earlier effort prompted by the President's Hydrogen Fuel Initiative, the Federal Motor Carrier Safety Administration (FMCSA) in 2007 published three documents pertaining to the safety of operations and maintenance of commercial vehicles using hydrogen as an alternative fuel. These documents are as follows: (i) "Guidelines for Use of Hydrogen in Commercial Vehicles," (ii) "Changes to Consider in the Federal Motor Carrier Safety Regulations and North American Standard Inspection Procedures to Accommodate Use of Hydrogen as an Alternative Fuel in Commercial Vehicles," and (iii) "System Safety Plan for Commercial Vehicles Using Hydrogen as an Alternative Fuel." These documents are posted at www.fmcsa.dot.gov/facts-research/art-public-reports.asp As the result of funds made available by Congress in 2009 through the Research and Innovative Technology Administration (RITA), FMCSA is able to pursue follow-on effort to carry out some of the recommendations made in the above documents. The two recommendations that will be carried out in this effort are associated with training of inspectors and training of drivers. The "Changes to Consider in the Federal Motor Carrier Safety Regulations and North American Standard Inspection Procedures to Accommodate Use of Hydrogen as an Alternative Fuel in Commercial Vehicles" document noted that the fuel system is a critical safety component and recommended Out-Of-Service criteria for removing a commercial vehicle from operation in the event of an on-board hydrogen leak. Therefore, it follows that commercial vehicle inspectors should be trained to look for hydrogen leaks. The "Guidelines for Use of Hydrogen in Commercial Vehicles" recommended that commercial drivers be given hydrogen hazard awareness training. Therefore, a statement of work is devoted to development of course design guides for commercial vehicle inspectors and drivers in hydrogen safety. It is important to realize that while not all the standards have been put in place to regulate hydrogen safety on commercial vehicles, training will evolve and expand to assimilate new standards. For example, the standard having the most significant impact on the use of hydrogen as an alternative fuel in commercial vehicles is being developed by the National Highway Traffic Safety Administration (NHTSA). [NHTSA has jurisdiction over all vehicle manufacturers and issues the Federal Motor Vehicle Safety Standards while FMCSA has jurisdiction over operations and maintenance of commercial vehicles and issues the Federal Motor Carrier Safety Regulations.] NHTSA is developing a standard for compressed hydrogen gas storage containers used on vehicles. Although this is an important, new standard, FMCSA anticipates that this standard will be very similar to the requirements from the current standard for compressed natural gas storage containers used on vehicles. When NHTSA issues that particular standard for hydrogen storage containers on vehicles, FMCSA will incorporate the training requirements for compliance with that standard. Period of Performance: One year from date of award Tasks There will be six tasks in this effort: (1) Project Plan, (2) Data Collection and Site Visits, (3) Portable Hydrogen Detector, (4) Course Design Guide for Inspectors, (5) Course Design Guide for Drivers, and (6) Monthly Progress Reports. These tasks are discussed in detail below. Task 1: Project Plan The contractor shall develop a project plan with a milestone schedule showing deliverables (each of the five tasks below will have at least one deliverable) and due dates and status of all uncompleted tasks. The contractor shall travel to DOT Headquarters to present the Project Plan within 30 days of contract award for review and approval by FMCSA. While at DOT Headquarters, the contractor shall meet with FMCSA National Training Center staff and become acquainted with their perspective and guidance on training. Also, while at DOT Headquarters, the contractor shall also meet with Federal Transit Administration staff to discuss Task 3. The contractor shall address any issues or comments on the Project Plan within one calendar week of receiving issues or comments from FMCSA and re-submit to FMCSA for approval. The contractor will adhere to the Project Plan during the period of performance. Delays are discouraged but may be permissible due to unforeseen circumstances beyond the contractor's control. Such a delay is requested in writing (e-mail is permissible) by the contractor and approved by the Contracting Officer's Technical Representative (COTR). Task 2: Data Collection and Site Visits The contractor shall collect data to determine if there have already been established training programs in the U.S. for (i) inspectors for commercial vehicles for hydrogen safety and (ii) drivers for commercial vehicles for awareness of hydrogen safety. The contractor shall arrange site visits (which will be on dates that are mutually agreeable to the contractor and the COTR to organizations that are currently or will be involved in the training or planning of training for (i) inspectors for commercial vehicles for hydrogen safety and (ii) drivers for commercial vehicles for awareness of hydrogen safety. Such organizations shall include: California Highway Patrol, Alameda-Contra Costa Transit District, Santa Clara Valley Transportation Authority, Sunline Transit Agency, and United Parcel Service. Two separate trips (i.e., one to northern and one to southern California) and a third visit to a manufacturer of commercial vehicles using hydrogen (to be identified by the contractor) should be planned. A fourth trip may be planned for a visit to one or more organizations in the National Fuel Cell Bus Program. The contractor is required to contact the Federal Transit Administration and review all work done under the National Fuel Cell Bus Program to identify if organization(s) that are currently or will be involved in the training or planning of training for (i) inspectors for commercial vehicles for hydrogen safety and (ii) drivers for commercial vehicles for awareness of hydrogen safety. The contractor will recommend to the COTR whether any site visits to National Fuel Cell Bus organizations identified from the review should be made. One or more trip(s) made may be made to such an organization(s) upon approval by the COTR. During the site visits, the contractor shall interview the appropriate personnel, observe any training, and collect any applicable training materials. There shall be two deliverables for this task. First, the contractor shall summarize the findings of Task 2 in an interim report that shall be submitted to the COTR within five months of contract award. The contractor shall address any issues or comments within two calendar weeks of receiving issues or comments from FMCSA and re-submit the report to FMCSA for approval. Second, the contractor shall prepare two Analysis Reports [one for inspectors and one for drivers] that documents the need for training, target audience, skills/knowledge critical for conduct of the training, and other points in accordance with the guidance provided p.28 of the FMCSA "Standard for the Development, Delivery, and Evaluation of Instructor-Led Training," dated May 4, 2009. The Analysis Reports are due to the COTR within six months of contract award. The contractor shall address any issues or comments within two calendar weeks of receiving issues or comments from FMCSA and re-submit the Reports to FMCSA for approval. Travel: Contractor travel will be required to support this contract. Travel is required in order to successfully complete performance under this contract and the Government will reimburse the contractor in accordance with the Federal Travel Regulation and FAR 31.205-46. Travel includes 2 trips to Washington, DC, 2 trips to California, 1 trip to commercial vehicle manufacturer and 1 trip to the National Fuel Cell Bus Program site. The contractor shall be responsible for obtaining the Contracting Officer's approval, via electronic mail, for all reimbursable travel in advance of each travel event. Reimbursement will not be approved for unauthorized/unapproved travel. The Contractor shall provide a summary of the proposed trips along with the estimated costs, number of travelers, location(s), and duration of visits not-to-exceed $18,000. Task 3. Portable Hydrogen Detector The contractor shall compile a list of recommended commercial off-the-shelf (COTS) portable hydrogen detectors for use by commercial vehicle inspectors. The contractor shall evaluate and score each detector for cost, user-friendliness, accuracy (both false positives and false negatives), reliability, and ruggedness. The contractor shall also note whether each COTS portable hydrogen detector has been tested and/or approved by a standards organization; the contractor is not required to perform any testing or purchase any detector as part this task. The contractors will, to the extent possible, identify recognized users of such detectors. The list, associated evaluation/score, and other findings shall be compiled into a report that must be submitted to the COTR within eight months of contract award. The contractor shall address any issues or comments within two calendar weeks of receiving issues or comments from FMCSA and re-submit to FMCSA for approval. Task 4. Course Design Guide for Inspectors Using the data collected from Tasks 2 and 3 and based on the recommendations from "Guidelines for Use of Hydrogen in Commercial Vehicles" and "Changes to Consider in the Federal Motor Carrier Safety Regulations and North American Standard Inspection Procedures to Accommodate Use of Hydrogen as an Alternative Fuel in Commercial Vehicles, the contractor shall develop a course design guide for training inspectors on how to examine a commercial vehicle for fuel safety of an on-board hydrogen system. The course design guide shall be in accordance with pp. 30 and 45 of the FMCSA "Standard for the Development, Delivery, and Evaluation of Instructor-Led Training," dated May 4, 2009. The course design guide should be sufficiently generic or flexible to cover both trucks and buses. The course design guide may be limited to on-board compressed hydrogen gas systems. The contractor shall submit the draft course design guide to the COTR within eleven months of contract award. The contractor shall prepare a presentation of the course design guide and travel to make the presentation at FMCSA Headquarters. The contractor shall address any issues or comments within two calendar weeks of receiving issues or comments from FMCSA and re-submit the course design guide to FMCSA for approval. Task 5. Course Design Guide for Drivers Using the data collected from Task 2and based on the recommendations from "Guidelines for Use of Hydrogen in Commercial Vehicles," the contractor shall develop a course design guide for training drivers to be aware of the on-board hazards of hydrogen systems, precautions that should be taken to prevent harm to oneself and the public, and measures to aid emergency responders. The course design guide shall be in accordance with pp. 30 and 45 of the FMCSA "Standard for the Development, Delivery, and Evaluation of Instructor-Led Training," dated May 4, 2009. The course design guide should be sufficiently generic or flexible to cover both trucks and buses. The course design guide may be limited to on-board compressed hydrogen gas systems. The contractor shall compile the course design guide into a report that must be submitted to the COTR within eleven months of contract award. The contractor shall prepare a presentation of the course design guide and travel to make the presentation (along with the presentation from Task 4) at FMCSA Headquarters. The contractor shall address any issues or comments within two calendar weeks of receiving issues or comments from FMCSA and re-submit the course design guide to FMCSA for approval. Task 6. Monthly Progress Reports The contractor shall submit monthly progress reports in writing to the COTR (e-mail is permissible) due on the fifteenth of the month following the month being reported on. The monthly progress report shall summarize past month's, current month's and future month's activities; any past problems or issues that have been resolved; and any current problems or issues that need to be resolved. Requirements for Key Personnel - As prescribed in (TAR) 1252.237-73 Key Personnel. Key personnel shall consist of a subject matter expert and a training specialist. The requirements are enumerated below: 1. Subject Matter Expert The subject matter expert shall be a person who has had previous experience in preparing guidelines for hydrogen use in commercial vehicles. The hydrogen use may be either for auxiliary power units or for propulsion, or both. Commercial vehicles include both trucks and buses over 10,000 lbs. 2. Training Specialist The training specialist shall be a person with a bachelor's degree in instruction systems design or related Education field with a minimum of 5 years in instruction systems design, curriculum development and training, and knowledge of standards for accreditation. The key personnel shall collaborate throughout the entire project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-10-Q-00004/listing.html)
 
Place of Performance
Address: Headquarters FMCSA, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02069130-W 20100220/100218235657-d4d47e9a7f3192fe2db0c1c4677822bf (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.