Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

R -- Alcohol Countermeasures Laboratory Interlock Testing Support - Test 15 Specifications

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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
DTRT57-11-R-20022
 
Archive Date
9/28/2011
 
Point of Contact
Donald MacGee, Phone: 6174942803
 
E-Mail Address
Donald.MacGee@dot.gov
(Donald.MacGee@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Test 15 Specifications 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. DTRT57-11-R-20022 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated August 4, 2011. The NAICS Code is 541380, Testing Laboratories, for which the Small Business size standard is $12 Million per year. The Government intends to award one Firm Fixed Price Contract. This is a 100% small business set-aside. 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 electromagnetic compatibility (EMC) testing. The requirements for the testing are described in detail in the below Statement of Work (SOW). The period of performance for this contract will be from date of award through May 31, 2016. An award will be made to the offeror whose offer is considered to be the best value to the Government in terms of technical qualifications and price. Proposals shall include technical qualifications and pricing per Instructions to Offerors. Note: Offerors are required to provide a price for all CLINS (0001-0005). CLIN 0001, Initial Interlock Device Testing in accordance with SOW (Task 1), 20 ea, Unit Price $___________, Total Price $___________; CLIN 0002, Re-Testing of Interlock Devices in accordance with the SOW (Task 1), 10 ea, Unit Price $___________, Total Price $___________; CLIN 0003, Initial Testing Reports in accordance with the SOW (Task 2), 20 ea, Unit Price $___________, Total Price $___________; CLIN 0004, Re-Test Reports in accordance with the SOW (Task 2), 10 ea, Unit Price $___________, Total Price $___________; CLIN 0005, Interlock Meeting Support in accordance with the SOW (Task 3), 3 ea, NTE Estimated Unit Price $1,500.00_____, NTE Total Estimated Price $4,500.00_____; CLINS 0001-0005; Total Price $___________. (Statement of Work) Background The National Highway Traffic Safety Administration (NHTSA) Alcohol Countermeasures Program was established to deal with the serious problems caused by the intoxicated driver. The Volpe National Transportation Systems Center (Volpe Center) is providing continuing support to further reduce incidents of driving while intoxicated (DWI) through the development and evaluation of measurement techniques for alcohol on the breath, development of performance guidelines for breath measurement devices, testing of instruments intended for police use, and technical support of demonstration and research programs. The Volpe Center's Alcohol Countermeasures laboratory, devoted to the development and evaluation of breath alcohol test procedures and related instrumentation, is crucial to the completion of Program tasks. As part of its performance of alcohol interlock device testing, the Volpe Center requires electromagnetic compatibility (EMC) testing of these interlock devices. Requirements The contractor shall meet, at a minimum, the following requirements: • Capability: The contractor shall demonstrate proficient expertise in performing the testing required in the Statement of Work (SOW) tasks below. • Accreditation: The contractor shall be accredited by the American Association for Laboratory Accreditation (A2LA), National Voluntary Laboratory Accreditation Program (NVLAP), or some other US accrediting body recognized by the National Cooperation for Laboratory Accreditation (NACLA) for the required EMC test methods. • Simultaneous Testing of Multiple Devices: In order to meet workload requirements, the contractor shall demonstrate, through its identified facility or facilities, the ability to perform the testing of at least three interlock devices at one time. Tasks The Volpe Center is supporting NHTSA's automobile ignition Interlock Device Testing Program because of its potential impact on alcohol countermeasures. The Volpe Center is testing interlock devices sent to the Volpe Center by the device manufacturers and preparing reports on all performed alcohol interlock device testing for NHTSA review. The contractor shall support this effort through the following tasks: Task 1. Perform Interlock Device Tests Devices will be received at the Volpe Center for interlock testing. Devices will be provided to the contractor at the contractor's location by the Volpe Center with any necessary special instructions, either in person or by mail. NHTSA Test Specifications The contractor shall conduct EMC testing on interlock devices according to the following NHTSA Draft Model Specification Document, Dated 10/6/2010, Test 15: • SAE J1113-1: October 2006, General and definitions. Electromagnetic Compatibility Measurement Procedures and Limits for Vehicles, Boats, and Machines (Except Aircraft) (16.6 Hz to 18 GHz) • SAE J1113-2: July 2004, Conducted Immunity, Power Leads (15Hz to 250kHz) • SAE J1113-4: August 2004, Conducted Immunity, BCI (1MHz to 400MHz) • SAE J1113-11: June 2007, Immunity to Conducted Transients on Power Leads • SAE J1113-13: November 2004, Immunity to ESD • SAE J1113-21: October 2005, Immunity to Electromagnetic Fields (30MHz to 18GHz) • SAE J1113-22: November 2003, Immunity to Radiated Magnetic Fields (15Hz to 30kHz) • CISPR 25, Second Edition, August 2002/EU Directive 2004/104/EC Limits of Radio Disturbance o Radiated Disturbance (30MHz to 1GHz) o Conducted Disturbance (150kHz to 30MHz) o Conducted Transient Emissions (Copy of test specification in the Federal Register attached) Number of Tests • The Volpe Center will require initial interlock device testing of 20 devices. • In addition to initial interlock device tests, the Volpe Center will require re-testing of 10 devices that have been tested once and are being submitted for re-testing (usually as the result of failing the initial EMC test and usually after modification by the device manufacturer, but not always). In order to meet workload requirements, the contractor shall demonstrate, through its identified facility or facilities, the ability to perform the testing of at least three interlock devices at one time. All devices submitted to the contractor for testing shall be returned at the conclusion of testing to the Volpe Center Contracting Officer's Technical Representative (COTR) at the following address: (Name of COTR, TBD), RVT-41 Volpe National Transportation Systems Center 55 Broadway Cambridge, MA 02142 Task 2. Prepare reports on the interlock device testing For each initial interlock device test and re-test, the contractor shall prepare a report according to the specifications of the NHTSA Draft Model Specification Document, Dated 10/6/2010, Test 15. The deliverable for this task will be the final interlock device testing reports in MS Word format. These reports will be provided to the Volpe Center only (not NHTSA or the device manufacturer) in CD format. Task 3. Attend Interlock Meetings As part of its interlock device testing program, the Volpe Center will attend interlock meetings. The Volpe Center's participation in these meetings may require additional expertise on interlock device testing. In order to support the Volpe Center's technical needs at the meetings, including presentations and panel discussions, the contractor will be asked to travel and attend up to three of these interlock meetings during the period of performance. The exact dates and locations of these meetings have yet to be determined. All the locations for these meetings will be within the continental US. Travel Some travel by the contractor will be required as part of Task 3 above. All travel performed under this contract must be pre-approved by the COTR, at least a week in advance, and shall be performed in accordance with Federal Travel Regulations (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the time of travel as set forth in the FTR. In accordance with FAR Subpart 31.205-46, a written justification must be provided to the COTR for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of the receipts for expenses) in the following categories: 1.) Airline Tickets (commercial rates) 2.) Hotel Expenses (Government rates unless pre-approved by the COTR) 3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00) Food and other miscellaneous expenses will be reimbursed at the prevailing FTR reimbursement rates. Total travel costs for the three meetings shall not exceed $4,500. Deliverables and Period of Performance The overall period of performance for this technical work and the contract will begin on the date of award and conclude May 31, 2016. The deliverables are described below, including format and specific period of performance. Task #2 Interlock Device Testing Reports Method-MS Word file on CD* Dates due: Within 30 days of test, Final NLT May 31, 2016 Task #3 Attend 3 meetings, locations & dates TDB, Dates: TBD *(report deliverables will be mailed to the COTR on CD) (End Statement of Work) Instructions to Offerors: The signed offer must be submitted electronically via e-mail to Donald.MacGee@dot.gov no later than 2:00 P.M. Eastern Time, on September 13, 2011. The Government will not pay for any information received. 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 a written proposal which includes technical qualifications in sufficient detail to enable the Government to evaluate compliance with the requirements of the solicitation. These technical qualifications shall consist of the following information in the specified format. • Technical Qualifications: (Technical Approach, Accreditation, Qualifications, and Capacity) • Technical Approach: (maximum 10 pages, double-sided, double-space, Times New Roman 12 font, 1 inch margins): The Offeror shall provide a description of its technical approach to the work to be performed and demonstrate proficient expertise in performing the testing required in the Statement of Work (SOW) tasks, including the prescribed Test 15 requirements. • Accreditation: (maximum 5 pages, double-sided, double-space, Times New Roman 12 font, 1 inch margins): The contractor shall be accredited by the American Association for Laboratory Accreditation (A2LA), National Voluntary Laboratory Accreditation Program (NVLAP), or some other US accrediting body recognized by the National Cooperation for Laboratory Accreditation (NACLA) for the required electromagnetic compatibility (EMC) test methods. • Qualifications: (maximum 5 pages, double-sided, double-space, Times New Roman 12 font, 1 inch margins): The Offeror shall describe the Technical Qualifications of its personnel (i.e. project manager, lead technicians), including résumés with related work experience. (resumes not included in the 5 pages mentioned above) • Capacity: (maximum 5 pages, double-sided, double-space, Times New Roman 12 font, 1 inch margins): In order to meet workload requirements, the contractor shall demonstrate, through a description of its facility or facilities, the ability to perform the testing of at least three interlock devices at one time. In accordance with FAR 52.212-1(g), the Government intends to award one 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. Evaluation: FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) a. The Government intends to award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is considered to be the best value to the Government, technical qualifications and price factors considered. The following factors shall be used to evaluate offers: (i) Technical Qualifications - This criteria will assess the Offeror's ability to comply with the SOW and solicitation requirements. (ii) Price. Representations and Certifications: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (MAY 2011). 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 paragraphs (c) though (o) of this provision. Contract Terms and Conditions: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) is hereby incorporated by reference. Paragraph (u) is added to include the following clauses: FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (MAY 2011) and FAR 52.209-7, Information Regarding Responsibility Matters (JAN 2011). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (AUG 2011) is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006); 52.203-6, Alternate 1 (OCT 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (P.L. 111-117); 52.219-6, Notice of Total Small Business Set Aside (JUN 2003); 52.219-8 Utilization of Small Business Concerns (JAN 2011); 52.219-14, Limitations of Subcontracting (DEC 1996); 52.219-28 Post-Award Small Business Participation Program Representation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperations with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-54, Employment Eligibility Verification (JAN 2009); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007); 52.223-16, IEEE1680 Standard for the Environment Assessment of Personal Computing Products (DEC 2007); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010), and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). ATTENTION: The following notice is provided for information purposes for Minority Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation's (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. The maximum line of credit is $750,000. with interest at the prime rate as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169. Internet address http://osdbuweb.dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-R-20022/listing.html)
 
Record
SN02553544-W 20110831/110829235408-9db723170c8ccad2bb1d5c84c829cdb8 (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.