Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

R -- Sled Tests Using the Hybrid III Rail Safety (HIII-RS) Anthropomorphic Test Device (ATD) and Workstation Tables - Attachment No. 3 - Attachment No. 2 - Attachment No. 4 - Attachment No. 1

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715Q80061
 
Archive Date
8/5/2015
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) Additional FAR Clauses Report Format Template Aero Space Standard The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) in Cambridge, MA intends to solicit, negotiate, and award a purchase order to TRL Limited, Crowthorne, UK, under the authority of 10 U.S.C. 2304(c) (1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The Government intends to procure, through a firm fixed-price purchase order, services to Conduct six dynamic sled tests using the Hybrid III Rail Safety (HIII-RS) Anthropomorphic Test Device (ATD) and workstation tables, in accordance with the attached Statement of Work (SOW) (Attachment No. 1). 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80061 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, effective May 7, 2015. The NAICS Code is 541690 and the Small Business size standard is $15.0 million. Interested and responsible parties may submit a capability statement to the Point of Contact for this notice which will be considered by the Government. The capability statement must provide clear and convincing evidence of the firms' capability to meet the requirement described in this notice. Written capability statements must be submitted within ten (10) calendar days from the date of publication of this notice. Responses received after ten (10) calendar days or without the required documentation will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses, is solely within the discretion of the Government. Telephone calls made in place of the required documentation will not be accepted. PRICING The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation. The Offeror shall provide pricing for the following Contract Line Item Numbers (CLINs) in a written quotation: CLIN 0100 - Preparation to conduct six dynamic sled tests using the Hybrid III Rail Safety (HIII-RS) Anthropomorphic Test Device (ATD), in accordance with the attached SOW, 1 LS, $______________ CLIN 0200 - Conduct six dynamic sled tests using the HIII-RS Dynamic Sled Testing, 1 EA, $______________ CLIN 0300 - Data analysis and test reporting, in accordance with the attached SOW, 1 LS, $______________ Please provide a total amount for all CLINs (0100 - 0300): $_____________________ PERIOD OF PERFORMANCE The period of performance will be from date of award through October 30, 2015. ATTACHMENTS 1. Statement of Work 2. Report Format Template 3. Aerospace Standard 4. Additional FAR Clauses INSTRUCTIONS TO OFFERORS FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference; All Offerors must include a completed copy of the provision at 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 using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.217-5, 52.217.8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-13, 52.223-15, 52.223-16, 52.223-18, 52.225-13, 52.227-15, 52.232-33, and 52.222-40. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. The signed offer must be submitted electronically via e-mail to Karen.marino@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The time for the receipt of offers is 3:00 PM Eastern Time on June 15, 2015. No telephone requests will be honored. The Government will not pay for any information received. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). 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. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/361e7d38b00561855e5323a8ad8ef7d2)
 
Record
SN03755490-W 20150607/150605235148-361e7d38b00561855e5323a8ad8ef7d2 (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.