Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

99 -- TRANSPORTATION PLANNER

Notice Date
6/23/2010
 
Notice Type
Presolicitation
 
Contracting Office
NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
 
ZIP Code
17325
 
Solicitation Number
Q1790100040
 
Response Due
7/16/2010
 
Archive Date
6/23/2011
 
Point of Contact
Kever L.Swafford Contract specialist 7173343139 Kever_Swafford@contractor.nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1. Classification Code:8741- ADMINISTRATIVE SERVICE 2. NAICS Code: 561110-ADMINISTRATIVE MANAGEMENT SERVICES 3. Solicitation Number: Q1790100040 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. 7. This action is being set aside for small business participation. 8. BID SCHEDULE: TRANSPORTATION PLANNER: AUGUST 1, 2010-AUGUST 1, 2011IN ACCORDANCE WITH STATEMENT OF WORK 1 JOB_________________ THIS IS AN OPTIONAL LINE ITEM SUBJECT TO AVAILABILITY OF FUNDS. Specifications: Roosevelt-Vanderbilt National Historic SitesROVA Alternate Transit SystemScope of Work - 2010-2011 Field Test: Monitoring, Evaluation, and Planning IntroductionRoosevelt-Vanderbilt National Historic Sites (ROVA) is an administrative entity formedby the National Park Service (NPS) to manage three separately established nationalhistoric sites: Home of FDR NHS (HOFR), including FDR's retreat, Top Cottage; EleanorRoosevelt NHS (ELRO); and Vanderbilt Mansion NHS (VAMA). Together, the sitesembrace over 1,000 acres of federally owned land along the east bank of the HudsonRiver in Hyde Park, New York. The transportation problems and opportunities for an alternate transit system (ATS) at ROVA have been defined in numerous documents, including the management plans for the sites and two studies completed by the Volpe National Transportation and Systems Center. The heavy dependence on auto access by visitors has unfortunate implications for the visitor experience, as well as the cultural landscapes associated with these national treasures. A principle recommendation of the Volpe Center is to execute a multiyear field test of an ATS before NPS makes investments in permanent infrastructure. ROVA started the field test or pilot service in FY08 and will continue the field test in FY10 and possibly beyond. The FY10 pilot is planned to start on or about May 1, 2010 and concludes at the end of November or December, 2010. Tasks B, C and D below are due 4, 5 and 6 months form conclusion of the pilot, depending upon rider demand, schedule of special events, availability of vehicles, and other factors. I. DESCRIPTION OF WORKThis effort will: monitor and evaluate the FY10 pilot; recommend improvements and modifications for the FY11 season; provide route and schedule graphics; design and apply a new vehicle paint scheme to two NPS-owned shuttle buses due to be purchased in the spring of 2010;and continue consultation with transit entities and other partners. Task A-Monitor Visitor Satisfaction: Develop an instrument to monitor visitorsatisfaction and use of the FY10 pilot. Collate and analyze results of visitor satisfactioninstrument distributed in FY10. (NPS will administer the instrument.)Task B-Evaluate FY10 Pilot: Review and describe the 2010 pilot service andridership. Identify and articulate goals of FY10 service. Conduct personal interviews withriders, shuttle/tram operators, park staff, and others to help measure satisfaction with thesystem. Evaluate the 2010 pilot and make recommendations for future years. Conductup to three site visits to ride shuttles/trams, to conduct interviews, and to facilitate on-sitemeetings with appropriate ROVA/NER staff to review findings.Task C-Summarize Results: Summarize results in concluding report. Distribute draftreport electronically to NPS for review. NPS will review the draft and transmit commentselectronically within ten (10) business days. Make changes recommended by NPS anddistribute final report.Task D-Provide route graphics: Provide route maps, schedules, and other graphicinformation for the NPS to post on its websites under its "car-free transportation options"section for FY2011.Task E-Coordination with transit agencies and other partners: Continue tocommunicate with NYS Department of Transportation, Dutchess County LOOP Service,MetroNorth, Amtrak, the Town of Hyde Park, the Culinary Institute of America, andothers as appropriate to help coordinate transit activities among the parties.Task F- Design a new Roosevelt Ride vehicle paint scheme- Design a new Roosevelt Ride vehicle paint scheme for two buses scheduled to be purchased by the NPS in the spring of 2010.Task G - Produce and apply vinyl graphics to two buses- Produce vinyl artwork for two buses. Apply the vinyl graphics to both buses at a location in Dutchess County. Deliverables:o An electronic version (PDF) of the draft report for ROVA/Northeast Region (NER)reviewo An electronic version (PDF) and three hard copies of the final reporto An electronic version (PDF) of the route maps and schedules.o Written comments on draft NPS contract language.o A graphic design for the exterior of Roosevelt Ride buseso Vinyl graphics applied to two buses II. ASSUMPTIONS AND REQUIREMENTSo All contractor prepared draft and final documents, data and graphics associated with the project will become the property of the NPS.o The NPS maintains final editorial control over all documents. III. KEY MILESTONES AND PROPOSED SCHEDULETask Time Frameo Task A: Monitor Visitor Satisfaction 4 months from conclusion of piloto Task B: Evaluate 2010 Pilot 5 months from conclusion of piloto Task C: Summarize Results 6 months from conclusion of piloto Task D: Provide route graphics 6 months of date of awardo Task E: Coordination throughout contract periodo Task F: Planning- throughout contract periodo Task G: Vinyl graphics - upon delivery of new buses in the spring of 2011 IV. GOVERNMENT FURNISHED INFORMATIONOperators' logs (bus, van, and tram drivers) from FY10 pilot periodEvaluation of 2010 pilotNPS visitation tallies from FY10 pilot periodHard copies of the completed visitor satisfaction instruments Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Aug 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Apr 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (Aug 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O.11246), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q1790100040. Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is JULY 15, 2010 at 04:00 pm, Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1790100040/listing.html)
 
Place of Performance
Address: ROOSEVELT-VANDERBILT NATIONAL HISTORIC SITE4097 ALBANY POST ROADHYDE PARK, NY
Zip Code: 12539
 
Record
SN02186544-W 20100625/100623235550-8d1fd4ff28af480d3758d5908789e267 (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.