Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

D -- On-Board Equipment and Tracking Services - Package #1

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-11-R-00026
 
Archive Date
8/10/2011
 
Point of Contact
Vinton M. Grant, Phone: 202-385-2348, Diane Bethea, Phone: 2023852303
 
E-Mail Address
vinton.grant@dot.gov, diane.bethea@dot.gov
(vinton.grant@dot.gov, diane.bethea@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Provisions / Clauses Statement of Work Suggested CLIN Structure ________________________________________ COMBINED SYNOPSIS / SOLICITATION FOR COMMERCIAL ITEMS ________________________________________ General Information Document Type: Combined Solicitation / Synopsis Solicitation Number: DTMC75-11-R-00026 Posted Date: Jul 08, 2011 Original Response Date: Jul 26, 2011 Current Response Date: Jul 26, 2011 Classification Code: D - Information Technology Services, including telecommunications services Set Aside: N/A NAICS Code: 517919 -- All Other Telecommunications Contracting Office Address Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), 1200 New Jersey Avenue SE, MC-MBA Suite W66-496, Washington, DC, 20590, UNITED STATES Description (i) This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," 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. (ii) This solicitation is a Request for Proposals (RFP) DTMC75-11-R-00026. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. (iv) Procurement is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 517919, with a small business size standard of $25.0M. (v) Anticipated contract line items, quantities and options listed on separate document as suggested format (attachment 2). (vi) The Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA) is seeking to purchase onboard equipment and tracking services in support of the U.S. / Mexico Cross Border Trucking Pilot Program. (vii) FOB: Destination. Place of Performance: Specific locations for shipment of equipment and installation will be at locations along the U.S - Mexico border region as designated in the resulting contract or at the direction of the Contracting Officer representative. Inspection and Acceptance shall be at destination. (viii) The provision at FAR 52-212-1, Instruction to Offerors (June 2008) - Commercial Items, applies to this solicitation. Since this is a combined synopsis / solicitation and additional written solicitation will not be issued, disregard references to SF 1449 in the provision; other instructions still apply. (ix) The provision at FAR 52-212-2 Evaluation - Commercial Items (JAN 1999), applies to this solicitation. The following evaluation criteria are included in paragraph (a) of that provision. The proposals will be evaluated on factors other than price and price related factors. Such factors shall include Technical Specifications, Technical Approach, Experience, Management Approach, and Past Performance. (x) The provision at FAR 52.212-3 Offeror Representations and Certifications (MAY 2011) - Commercial Items (Jan 2011) applies to this solicitation. All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. (xi) The Clause at FAR 52-212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (xii) The Clause at FAR 52-212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (May 2011), applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition and provided as attachment 3. (xiii) Additional Terms and Conditions (also see attachment 3) This contract involves the acquisition of Information Technology (IT) that uses Internet Protocol (IP) technology. The contractor agrees that: (1) all deliverables that involve IT that uses IP (products, services, software, etc.) will comply with IPv6 standards and interoperate with both IPv6 and IPv4 systems and products; and (2) it has IPv6 technical support for development and implementation and fielded product management available. b. If the contractor plans to offer a deliverable that involves IT that is not initially compliant, the contractor agrees to: (1) obtain the Contracting Officers approval before starting work on the deliverable; (2) provide a migration path and firm commitment to upgrade to IPv6 for all application and product features by June 2008; and (3) have IPv6 technical support for development and implementation and fielded product management available. c. Should the contractor find that the statement of work or specifications of this contract do not conform to the IPv6 standard, it must notify the Contracting Officer of such nonconformance and act in accordance with instructions of the Contracting Officer. All electronic information technology deliverables rendered under this solicitation shall comply with Section 508 of the Rehabilitation Act and the Access Board Standards available for viewing at http://www.section508.gov. Section 508 uses the Federal procurement process to ensure that technology acquired by the Federal Government is accessible. This rule establishes that contractors must manufacture, sell, or lease electronic and information technology supplies or services that comply with standards promulgated at 36 CFR part 1194. The FMCSA has determined that the following technical provisions apply to this solicitation: 1194.21 Software Applications and Operating Systems: Provisions 1194.21a through 1194.21l 1194.22 Web-based Intranet and Internet Information and Applications: Provisions 1194.22a through 1194.22p 1194.23 Telecommunication Products: No Provisions 1194.24 Video and Multimedia Products: No Provisions 1194.25 Self Contained, Closed products: No Provisions 1194.26 Desktop and Portable Computers: No Provisions Functional Performance Criteria: 1194.31a through 1194.31f Information, Documentation and Support: 1194.41a through 1194.41c Offers must submit with their proposal, a certification of compliance with the above accessibility standards. Failure to provide this certification shall eliminate the offeror from further consideration for this award (xiv) No Defense Priorities and Allocation System (DPAS) assigned rating (xv) All proposals are due to the primary point of contact by no later than July 26, 2011@ 2 P.M. If your proposal is being submitted by REGULAR MAIL, EXPRESS MAIL or COURIER, use the following address: Department of Transportation (DOT)/Federal Motor Carrier Safety Administration (FMCSA), 1200 New Jersey Avenue, SE, Washington, DC 20590-0001, to the Attention of Mr. Vinton Grant, W66-496. Offerors are encouraged to submit your proposal electronically to Vinton.Grant@dot.gov and FMCSA_AcquisitionsManagement@dot.gov. (xvi) Submit all inquiries and questions via email no later than July 13, 2011 @ 11 A.M. Local to the Primary Point of Contact: Vinton Grant, Vinton.Grant@dot.gov. (xvii) Please submit your proposals on a Firm-Fixed price basis, plus reimbursements for travel. The award shall be awarded to the company determined to represent the Best Value. Your company's proposal must contain the following information in separate volumes as part of the proposal to be considered for award: (Volume 1) Page Limit of 40 Pages. 1. Technical Specification a. The device shall comply with either (i) the electronic on-board recorder requirements of 49 CFR 395.16 or (ii) automatic on-board recording device requirements of 49 CFR 395.15 and 75 FR 32860. The offeror must clearly demonstrate compliance in the proposal. Proposed equipment not meeting this minimum technical requirement will be disqualified from further consideration. 2. Technical Approach -Sub-factors are of equal importance: a. Work Breakdown Structure (WBS) -- The WBS expands on the Statement of Work (SOW) to clearly delineate and define the steps necessary to achieve the requirements of the SOW in a logical, concrete sequence with sufficient details to demonstrate that the offeror both understands the SOW requirements, and is capable of successfully implementing them. b. Implementation Plan -- The project implementation plan must be clear and well-defined to frame project goals and present the project schedule and timelines which outlines specific tasks necessary in delivering the services. The implementation plan must describe the methodologies used to meet the installation, maintenance and repair, and training requirements and schedules. c. Schedule - The project implementation plan must clearly outline a schedule that meets the requirements in Section 4.6. 3. Experience - Sub factors are of equal importance: a. Installation - Offeror must demonstrate capability for installations at or near the U.S.-Mexican border, areas having limited federal logistics and/or support, upon contract award. The offeror should list proposed installation facilities and their proximity to the U.S. - Mexico border as well a mobile installation plan. b. Fleet Management - Offeror must demonstrate experience with projects/programs or motor carrier fleets that provide near real-time tracking of the location of power units and the monitoring of hours-of-service compliance. c. Relationships/Industry Familiarity -- Clearly understands and identifies key partner relationships necessary to implement the SOW, and demonstrates how the relationships/industry familiarity will contribute to the implementation of the SOW as appropriate to offeror's solution. Relationships/industry familiarity should be demonstrated for the following areas: equipment installation, communication services, data services, custom alerting and reporting, training services, and maintenance and repair services. (Volume II) Page Limit of 25 pages. 4. Management Approach -Sub-factors are of equal importance: a. Management Plan -- Management plan identifies subcontractors, teaming members, key personnel, other staff, and all other necessary resources for implementation of the SOW and how they will be used to carry out the SOW. Delineate all responsibilities and management responsibilities, management process and coordination necessary to insure successful completion of the SOW. Submit a two page resume for Project Manager as an attachment. b. Quality Assurance Surveillance Plan -- Quality Assurance Surveillance Plan is well defined and provides effective tracking for all phases of implementation of the SOW. (Volume III) Page Limit of 15 pages. 5. Past Performance -Past Performance will be determined to be "Relevant" or "Non Relevant". a. Offeror provides documentation of 3 projects within the last 5 years that are similar in size, scope, and contractor responsibility to the work of the SOW. At a minimum, the Offeror provides: b. Contract or Agreement Number, Project Name (if applicable) and Current name of the customer c. Point of contact with email address and telephone number d. Whether this was a commercial or Government entity e. Brief description of the project and type of work performed (clearly show size and scope relevance to this requirement). f. Identities of team members/subcontractors and their roles (If the Offeror was a subcontractor, provide the percentage of work it performed with a detailed description of only the actual work performed.) g. Contract or Agreement Value h. Original Value i. Current Value j. Explanation of cost growth or cost reduction k. Period of Performance l. Project start m. Original completion date n. Explanation of any changes in performance dates and/or delays o. Problems encountered and their resolution. (Volume IV) No Page Limitations. 6. Price -Attachment 3 is a suggested format. A firm fixed price award is anticipated. Prices shall include clearly stated costs and cost elements that are anticipated based on the attached Statement of Work (SOW). Offerors shall provide prices for each Contract Line Item Number (CLIN). Price is less important than all the technical factors above combined and will not be adjectively rated. Pricing will be evaluated to determine cost reasonableness and cost realism of the offer. Award will be made to the offeror whose proposal represents Best Value to the Government, technical and non-technical factors considered. As technical proposals become more equivalent, price will become significantly more important. Cost/price will be evaluated separately from past performance and other non-cost/price factors, and will be evaluated for fairness and reasonableness. Offerors shall adhere to page limitation stipulated for each factor. Pages in excess of the stated limitations will not be forwarded to the evaluation team for review and could possibly impact the overall ratings received. Cover pages, indexes and table of contents will not count against the page limitation. Resumes are also not included in the total page count but shall not exceed 2 pages per individual. Pages shall be 8.5 by 11 inch with a Times New Romans font size of 12. Foldout pages of 11 by 17 shall only be used for tables and figures and will count as one page. Double sided pages will count as 2 pages. There is no page limitation for the Price Factor. However, the price proposal shall only include the information as per the instructions contained herein. Offerors can include up to 3 pages of introductory information on the Company. However, offerors are cautioned not to include information relevant to the factors within these pages, as it may not be evaluated. Proposals shall include (1) your Taxpayer Identification Number (TIN), Dun and Bradstreet Number (DUNS), and Electronic Funds Transfer (EFT) information; and (2) a statement whether your company is registered in the Central Contractor Registration (CCR) database. Lastly, proposals shall set forth any exceptions/assumptions taken with regard to the SOW, or any other aspect of the solicitation or any other information that you find necessary and pertinent to the terms and conditions of your proposal. (xviii) It is the policy of the FMCSA to issue solicitations and make contract awards in a fair and timely manner. Potential offerors who believe that a FMCSA solicitation is unfair or otherwise defective should first direct their concerns to the Contracting Officer. The Contracting Officer for this procurement is Ms. Diane Bethea, Diane.Bethea@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-11-R-00026/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN02493654-W 20110710/110708235045-4e848c2af9f2b2e959f5c06d80550bf3 (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.