Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

R -- National Training Center Support Services - CLIN ATTACHMENT - NTC SOW - FAR CLAUSES

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-09-R-00029
 
Archive Date
7/1/2009
 
Point of Contact
Nina Douglas, Phone: 2023852302, Diane Bethea, Phone: 2023852303
 
E-Mail Address
nina.douglas@dot.gov, diane.bethea@dot.gov
(nina.douglas@dot.gov, diane.bethea@dot.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
FAR CLAUSES SOW CLIN ATTACHMENT This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included with this notice. This procurement is being made in accordance with the procedures in FAR Part 12, and FAR Part 16.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTMC75-09-R-00029 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The NAICS code is 611430. The Department of Transportation (DOT), Federal Motor Carrier Safety Administration (FMCSA) anticipates a single Indefinite Quantity, Indefinite Delivery (IDIQ) type contract will be awarded to provide training support services for the National Training Center (NTC). However, the Government reserves the right to make multiple awards. The period of performance will be one year from date of contract award, with four (4) one year option periods, not to exceed a total of 5 years. The services will be ordered through task orders containing Firm Fixed Price (FFP) and Labor Hour (LH) contract line items (CLINS). Task orders issued under this contract may be awarded using a Statement of Work (SOW) or a Performance Work Statement (PWS). Each performance-based task order will include a performance requirements summary (PRS) table prepared by the government with related performance standards (acceptable quality) and performance measures (how performance will be measured). The PRS table reflects the deliverables considered by FMCSA to be the most important for the successful performance of the task order. In general, the PRS will set forth the expected outcomes (objectives) of the Task Order, the service(s) required of the contractor to attain the objectives, a performance standard per outcome, and a plan for incentives and dis-incentives in the event the contractor does/does not meet the performance standard. Inspection shall be in accordance with FAR 52.212-4. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b) (10). In accordance with FAR 52.212-2, and the selection factors listed below as an addendum to FAR 52.212-2, the Government will award the contract to the responsible offeror or offerors whose offer, conforming to the solicitation requirements, is most advantageous and offers the best value to DOT/FMCSA. FMCSA will evaluate offers based on the following factors which are an addendum to FAR 52-212-2: 1) Qualifications/Resumes – The Contractor shall provide qualified personnel to perform all requirements of the SOW. All Contractor employees supporting this contract should meet the minimum education and experience requirements. Include proposed names, resumes, and current responsibilities of all professional and support personnel, including that of subcontractors, proposed for this work and the experience of each as it relates to the requirements of this RFP. 2) Experience and Capability - Describe experience and ability to successfully meet or exceed the requirements of this SOW illustrate how effective quality control processes and oversight will assure high caliber motor carrier safety and law enforcement training and support instrumental in achieving NTC organizational excellence. Describe any specific expertise in motor carrier safety and law enforcement training. 3) Relevant Past Performance - Provide past performance information for services directly related and relevant to the services to be performed under the SOW within the past three years or in progress. Include three references consisting of the contract number, the agency or company for which the work was performed, contract value, a description of work performed, and the name of the Contracting Officer and Technical Representative to be contacted with their address, telephone, and facsimile numbers. FMCSA reserves the right to utilize past performance information in conducting the evaluation other than the information submitted with the quotations received; and 4) Price. Offerors proposed price should include a calculated subtotal for each year and a calculated total overall price. The total evaluated price will be the sum of all CLINs for the entire potential ordering period of the IDIQ contract (five years). The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. The Government will award the contract to the vendor who has the best overall value on the basis of its offer and its capability to perform the work. All non-price evaluation factors listed above are in descending order of importance and, when combined, are more important than price. Offeror proposals shall have three separate sections: Section 1 will include the response to Qualifications/Resumes and Experience and Capability; Section 2 will contain the response for Relevant Past Performance information; and Section 3 will contain the proposed Price information. Evaluation of the option periods shall not obligate the Government to exercise the options. Offerors are required to submit at least three Relevant Past Performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their proposal, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.204-2, Security Requirements; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-22 Indefinite Quantity; 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.228-5, Work on a Government Installation; and Clause 52.247-21, Contractor Liability for Personal Injury and/or Property Damage. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1; 5; and 14 through 23. Proposals are due no later than 2:00 p.m. EST on June 30, 2009 Offeror proposals shall be a maximum of 80 pages. If your offer is being submitted by EXPRESS/REGULAR MAIL COURIER, use the following address: Department of Transportation, Federal Motor Carrier Safety Administration, 1200 New Jersey Avenue, SE, Washington, DC 20590-0001, to the Attention of Ms. Nina Douglas (MC-MBA). Offerors are encouraged to submit your proposal electronically to Nina.Douglas@dot.gov and FMCSA_AcquisitionsManagement@dot.gov However, it is each offeror’s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. Should offerors have any questions, submit questions to the Contract Specialist, Ms. Nina Douglas, at the above email address, no later than 12:00 p.m. EST on June 19, 2009 and all questions and answers will be posted to this site for the information of all offerors. It is the policy of DOT/FMCSA to issue solicitations and make contract awards in a fair and timely manner.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-09-R-00029/listing.html)
 
Place of Performance
Address: FMCSA National Training Center, 400 North Fairfax Drive, Suite 700, Arlington, Virginia, 22203, United States
Zip Code: 22203
 
Record
SN01842630-W 20090613/090611235801-b007e42357150bc4fdb475fb50873957 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.