Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

D -- Aviation Environmental Portfolio Management Tool (APMT) Software Support

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming 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-R-20021
 
Point of Contact
Michael J. Leary, Phone: 6174942673
 
E-Mail Address
Michael.J.Leary@dot.gov
(Michael.J.Leary@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
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-R-20021 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 13.5, Test Program for Certain Commercial Items and Part 15, Contracting by Negotiation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 dated March 19, 2010. The NAICS Code is 541511, Custom Computer Programming Services, for which the Small Business size standard is $25 million. 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 acquire software support services to perform computer modeling of the effects of aircraft operations on the environment of various communities, including homes, neighborhoods, and businesses, particularly through the Aviation environmental Portfolio Management Tool (APMT). The requirement for these services is described in detail in the attached Statement of Work (SOW) (Attachment 1). The Government intends to award an Indefinite Delivery/Indefinite Quantity Contract on an unrestrictive basis as a result of this solicitation. Task orders placed under this contract will be issued on either a Firm-Fixed-Price, or Time-and-Materials basis. The period of performance for this contract will be from date of contract award (i.e., the effective date) through five years thereafter. Contract award is planned to be made on or about July 1, 2010. This Request for Proposal is expected to result in a single contract award, subject to receipt of an acceptable proposal. Award will be made to the Offeror demonstrating that it provides the best value to the Government based on technical and price considerations. Offerors shall complete the Schedule of Services and Prices provided as Attachment 2, and shall submit this schedule with their proposals. This completed schedule will form the basis for determining the Governments evaluated price of the proposals submitted. Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. In addition to proposed pricing, Offerors shall submit written proposals which include a technical description in sufficient detail to enable the Government to evaluate compliance with the requirements of the solicitation. This technical description consists of providing the following information in the specified format: 1. Technical Approach. Describe the Offeror's approach to the tasks described in the SOW which demonstrates its technical understanding and capability (10 pages or less, Times New Roman 12 font, double-spaced). 2. Staffing. The Offeror will identify the Program Manager and a Task Area Expert for each of the five task areas of the SOW as Key Personnel, and submit résumés (5 pages or less per résumé, Times New Roman 12 font, double-spaced) for each of these individuals, including the following information: (1) the qualifications of the Program Manager, and (2) the qualifications of each proposed Task Area Expert (individuals may be named Task Area Expert in more than one SOW task area). Please see table shown in Attachment 3 for the specific labor categories and minimum labor qualifications applicable to technical staff for this acquisition. 3. Past Performance. The Offeror will provide past performance information, including recent and relevant contracts for the same or similar items (i.e., contracts performed within the past three years for the same type and magnitude as described in the SOW) and other references. This information should include contract numbers, points of contact with telephone numbers and other relevant information (5 pages or less, Times New Roman 12 font, double-spaced). The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to Michael.J.Leary@dot.gov to arrive no later than 2:00 P.M., Eastern Standard Time, on April 22, 2010. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Offerors are reminded of the requirement to submit a Small Business Subcontracting Plan with their proposals, in accordance with the terms of FAR clause 52.219-9 as incorporated by reference into this solicitation. Evaluation of offers: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. 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 technical capability of the offer, as demonstrated by its technical description, to meet the Government requirements is significantly more important than price. The Offeror's technical description will be evaluated in accordance with the three evaluation criteria described below: 1. Technical Approach 2. Staffing 3. Past Performance These criteria are weighted in descending order of importance. The first factor, Technical Approach, is the most significant evaluation factor. Staffing and Past Performance are equal in importance, and are less significant when combined than the importance of Technical Merit in the overall proposal evaluation. In detail, the technical criteria are: 1. Technical Approach. The purpose of this criterion is to assess the Offeror's approach to the tasks described in the Statement of Work, including technical understanding. 2. Staffing. The purpose of this criterion is to evaluate the qualifications of the proposed staffing. The Offeror will identify the Program Manager and a Task Area Expert for each of the five task areas of the SOW as Key Personnel, and the submitted résumés will be evaluated to assess (1) the qualifications of the Program Manager, and (2) the qualifications of each proposed Task Area Expert, in terms of experience, qualifications, and education relevant to the SOW. These two subcriteria are of equal importance. 3. Past Performance. The purpose of the criterion is to assess the ability of the Offeror to perform successfully based upon an evaluation of its relevant past performance history on work of the type and complexity described in the SOW. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) must be submitted with the offer. 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 paragraphs (c) through (n) of this provision. Contract Terms and Conditions: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), and its Alternate I (OCT 2008) for T&M task orders are hereby incorporated by reference. Additionally, paragraph (u) is added to this clause as an addendum in order to incorporate the requirements of Department of Transportation Acquisition Policy Letter (APL) 2010-03, as follows: CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (FEB 2010) a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. Additional Addenda to FAR Clause 52.212-4: The following additional Contract Terms and Conditions are incorporated into this solicitation: - FAR Clause 52.216-18, Ordering; fill-in for paragraph (a) "... from date of contract award through five (5) years thereafter." - FAR Clause 52.216-19, Order Limitations; fill-ins for paragraphs: - (a) Minimum Order... "less than $3,000..." - (b) Maximum Order (1) "... in excess of $2,000,000;" (2) "... in excess of $2,000,000;" (3) "... within seven (7) days..." - (d) "... within seven (7) days after issuance..." - FAR Clause 52.216-22, Indefinite Quantity; fill-in for paragraph (d): "... after sixty-six (66) months after the effective date of the contract" FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 6, 10, 11, 11 (iii), 13, 14, 18, 19, 21, 22, 23, 24, 25, 26, 28, 33, 38, and 41. Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20021/listing.html)
 
Place of Performance
Address: As specified in individual task orders under the contract., United States
 
Record
SN02116377-W 20100410/100408234954-5cd6bc01776adaa9cf292ec56d932236 (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.