Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

R -- Data Governance Program Implementation Support - Statement of Work - Instructions to Offerors

Notice Date
6/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Research, Development & Technology, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
 
ZIP Code
20590
 
Solicitation Number
DTRT5717Q80095
 
Archive Date
7/5/2017
 
Point of Contact
Jay Watson, Phone: 6174943927
 
E-Mail Address
jay.watson@dot.gov
(jay.watson@dot.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Instructions to Offerors Statement of Work 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. DTRT5717Q80095 is issued as a Request for Proposal (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 2005-95 effective January 13, 2017 and 2005-94 effective January 19, 2017. The NAICS Code is 541330 and the Small Business size standard is $15M. This procurement is 100% set-aside for Women Owned Small Business. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA is seeking a contractor to assist in the support of Data Governance Program Implementation in accordance with the Statement of Work (SOW) Attachment No. 1. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) in Cambridge, MA intends to award a firm fixed price purchase order as a result of this combined synopsis/solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable proposal. The Offeror's proposal shall be prepared in accordance with Attachment No. 2, Instructions, Conditions, and Notice to Offerors. The Offeror's price proposal shall include a firm-fixed price for each CLIN identified below and the total firm-fixed price for CLINs 0100-0304. PRICING The Offeror shall complete the following pricing table with their written proposal: 0100 Task 1 July and August 2017 PHMSA OPA Data Governance Program Implementation Support Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0101 Two (2) Monthly Progress Reports Qty: 2 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0102 Data Governance Report Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0103 SOP Guidance Report Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0104 Travel (one person) to PHMSA HQ in Washington, DC Total Price Not to Exceed $1,500________________ 0200(option) September and October 2017 PHMSA OPA Data Governance Program Implementation Support Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0201(option) Two (2) Monthly Progress Reports Qty: 2 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0202(option) Data Governance Report Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0203(option) SOP Guidance Report Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0300(option) November and December 2017 PHMSA OPA Data Governance Program Implementation Support Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0301(option) Two (2) Monthly Progress Reports Qty: 2 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0302(option) Data Governance Report Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0303(option) SOP Guidance Report Qty: 1 EA x Unit Price tiny_mce_marker______________ = Total Price tiny_mce_marker_______________ 0304(option) Travel (one person) to Volpe Center in Cambridge, MA Total Price Not to Exceed $1,500________________ Total firm-fixed price for CLINs 0100-0304 tiny_mce_marker________________ 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.acquisition.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. 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, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and 52.232-40. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The signed offer must be submitted via e-mail to jay.watson@dot.gov by closing date of June 20, 2017 no later than 2:30 p.m. ET. Questions can be addressed to Jay Watson, Contract Specialist, 617-494-3927. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about June 23, 2017. The following FAR Clauses and Deviations also apply and are incorporated by full text: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (APR 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 7 43 of Division E, Title VI I, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1f202d35b9f2b1072224f688a41dd8b)
 
Record
SN04542847-W 20170615/170613235004-c1f202d35b9f2b1072224f688a41dd8b (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.