SOLICITATION NOTICE
76 -- FEDSTAR PIPELINE SAFETY STANDARDS - Master List Attachment 1
- Notice Date
- 12/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511140
— Directory and Mailing List Publishers
- Contracting Office
- Department of Transportation, Pipeline and Hazardous Materials Safety Administration, PHMSA, 1200 New Jersey Avenue, SE, E22-229, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTPH56-10-Q-000003
- Archive Date
- 12/31/2009
- Point of Contact
- Maria N Munoz, Phone: 2023665513
- E-Mail Address
-
maria.munoz@dot.gov
(maria.munoz@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Master List Attachment 1 FEDSTAR PIPELINE SAFETY STANDARDS STATEMENT OF REQUIREMENTS SYNOPSIS/SOLICITATION This announcement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; PHMSA is requesting quotes and a written solicitation will not be issued. The solicitation number DTPH56-10-Q-000003 is issued as a request for quote (RFQ). The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-37. The applicable, NAICS code is 511140. The government intends to issue a Purchase Order in accordance with FAR Part 13, Simplified Acquisitions Procedures, specifically, FAR Part 13.500, Test Program for Certain Commercial Items. Prospective offerors are responsible for downloading the solicitation and any amendments from FedBizOpps.Gov. The government may award one or more purchase orders without discussions if the Contracting Officer determines that the initial quote(s) provided are the most advantageous to the Government and discussions are not necessary. PHMSA will award, based on the quote which is most advantageous to the government for each requirement (Contract Line Item). This could result on the award of one (1) or multiple awards, FAR 52.212-1 (h). PHMSA’s specific requirements are detailed below: I. REQUIREMENTS REQUIREMENT 1 (Contract Line Item #1) PHMSA has a requirement for a minimum of one-year (1-year) subscription to access pipeline standards for the following standard organizations: American Gas Association (AGA), American Petroleum Institute (API), American Society of Civil Engineers (ASCE), American Society of Mechanical Engineers (ASME), American Society for Testing and Materials (ASTM), Manufacturers Standardization Society (MSS), National Association of Corrosion Engineers (NACE), National Fire Protection Association (NFPA), Plastics Pipe Institute (PPI), Gas Research Institute GRI, Gas Technology Institute GTI, and Pipeline Research Council International (PRCI). Refer to the Master List Attachment 1 Tab 1 for the specific list of standards along with the corresponding standard designation. FORMAT: All standards specified on the Master List must be listed once by its number or identification designation and must be delivered as an Adobe PDF file (version 5.x or greater) along with a text file or spreadsheet that references the electronic file (comma separated format only). The text file or spreadsheet must include the name of the standard and a reference to the electronic PDF file. SUBMISSION: All standards specified on the Master List must be delivered to the delivery location specified below via physical media (DVDs) or electronically. If the standards are to be delivered electronically, the delivery means will be provided after award. STANDARDS USAGE: All standards specified on the Master List will be housed within the FedSTAR application. FedSTAR is a secured Federal website which allows US DOT PHMSA Regional, and Headquarter employees, and State agencies access to all the standards through a secure login. Only state pipeline agencies and PHMSA federal employees are allowed into FedSTAR; there are no private entities within FedSTAR. The current numbers of FedSTAR users ranges from 400 to 500.They are located 60 locations throughout U.S. Once logged in FedSTAR users will be able to do the following: • Print all PDF files (Note: printed copies will be treated as rental/lease property and will be destroyed upon the end of this contract.); • Save all PDF files to a federal or state official computer/laptop to ensure that a standard can be viewed in the field without an internet connection (Note: saved electronic copies will be treated as rental/lease property and will be destroyed upon the end of this contract); and • Clip text and pictures from a standard to include on an official federal or state document for official purposes. (Note: each clip and/or picture will be referenced (footnoted) as to the standard, its year, revision, if applicable, and page number.); DELIVERY DATE: Five (5) business days from the effective date of award. DELIVERY LOCATION: PHMSA Office of Information and Analysis located at 1200 New Jersey Avenue SE, E23-469, Washington, DC 20590. Attn: Todd DelVecchio REQUIREMENT 2 (Optional) (Contract Line Item #2) PHMSA has an optional requirement 2 that it may be purchased. This optional requirement is for a minimum of one-year (1-year) subscription to access pipeline standards for the following standard organizations: American Gas Association (AGA), American Petroleum Institute (API), American Society of Civil Engineers (ASCE), American Society of Mechanical Engineers (ASME), American Society for Testing and Materials (ASTM), Canadian Standards Associations (CSA), Manufacturers Standardization Society (MSS), National Association of Corrosion Engineers (NACE), National Technical Information System (NTIS), and National Fire Protection Association (NFPA). Refer to the Master List Attachment 1 Tab 2 for the specific list of standards along with the corresponding standard designation. FORMAT: All standards specified on the Master List must be listed once by its number or identification designation and must be delivered as an Adobe PDF file (version 5.x or greater) along with a text file or spreadsheet that references the electronic file (comma separated format only). The text file or spreadsheet must include the name of the standard and a reference to the electronic PDF file. SUBMISSION: All standards specified on the Master List must be delivered to the delivery location specified below via physical media (DVDs) or electronically. If the standards are to be delivered electronically, the delivery means will be provided after award. STANDARDS USAGE: All standards specified on the Master List will be housed within the FedSTAR application. FedSTAR is a secured Federal website which allows US DOT PHMSA Regional, and Headquarter employees, and State agencies access to all the standards through a secure login. Only state pipeline agencies and PHMSA federal employees are allowed into FedSTAR; there are no private entities within FedSTAR. The current number of FedSTAR users ranges from 400 to 500.They are located 60 locations throughout U.S. Once logged in FedSTAR users will be able to do the following: • Print all PDF files (Note: printed copies will be treated as rental/lease property and will be destroyed upon the end of this contract.); • Save all PDF files to a federal or state official computer/laptop to ensure that a standard can be viewed in the field without an internet connection (Note: saved electronic copies will be treated as rental/lease property and will be destroyed upon the end of this contract); and • Clip text and pictures from a standard to include on an official federal or state document for official purposes. (Note: each clip and/or picture will be referenced (footnoted) as to the standard, its year, revision, if applicable, and page number.). DELIVERY DATE: Five (5) business days from the effective date of award. DELIVERY LOCATION: PHMSA Office of Information and Analysis located at 1200 New Jersey Avenue SE, E23-469, Washington, DC 20590. Attn: Todd DelVecchio REQUIREMENT 3 (Contract Line Item #3) PHMSA has a requirement for two (2) permanent paper copies of the following standards (refer to Attachment 2 Tab 3). The license associated with this requirement is permanent and not part of the electronic lease. Therefore, PHMSA will retain ownership of the paper license after any subscription period. Refer to the Master List Attachment 1 Tab 3 for the specific list of standards. SUBMISSION: Hard Copy DELIVERY DATE: 15 business days from the effective date of award. DELIVERY LOCATION: PHMSA Office of Information and Analysis located at 1200 New Jersey Avenue SE, E23-469, Washington, DC 20590 Attn: Todd DelVecchio REQUIREMENT 4 (Contract Line Item #4) PHMSA has a requirement for one (1) permanent paper copy of the following standards (refer to Attachment 2 Tab 4): The license associated with this requirement is permanent and not part of the electronic lease. Therefore, PHMSA will retain ownership of the paper license after any subscription period. Refer to the Master List Attachment 1 Tab 4 for the specific list of standards SUBMISSION: Hard Copy DELIVERY DATE: 15 business days from the effective date of award. DELIVERY LOCATION: PHMSA Office of Information and Analysis located at 1200 New Jersey Avenue SE, E23-469, Washington, DC 20590 Attn: Todd DelVecchio II. CONTRACT TYPE AND AWARD PHMSA intends to award one or more fixed price purchase orders. Award(s) will be made to the responsible offeror(s) whose quote conforms to the solicitation and is the most advantageous to the Government. III. PERIOD OF PERFORMANCE PHMSA expects the base period of performance to be one (1) year, and may include options for four (4) additional one-year periods. Option periods are exercised at the discretion of the Government. The following clauses are applicable to this requirement: FAR 52.212-1 Instructions to Offerors—Commercial Items (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (Aug 2009). Offerors are required to include a completed copy of this provision along with their quote. FAR 52.212-4 Contract Terms and Conditions—Commercial Items (Mar 2009). FAR 52.212-5 (a) (1) (2), Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Sep 2009). FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEPT 2006). FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003). U.S. Department of Transportation (DOT) Pipeline and Hazardous Materials Safety Administration (PHMSA) clauses are applicable to this requirement: TAR 1252.223-73 Seat Belt Use Policies and Programs (APR 2005) In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16, 1997, the contractor is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally-owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. For information on how to implement such a program or for statistics on the potential benefits and cost-savings to your company or organization, please visit the Buckle Up America section of NHTSA’s website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in the Washington, D.C. metropolitan area, and dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user friendly program kit, and an award for achieving the President’s goal of 90 percent seat belt use. NETS can be contacted at 1-888-221-0045 or visit its website at www.trafficsafety.org. -- DOT SHORT-TERM LENDING PROGRAM (DOT STLP) 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. -- CONTRACTOR ISSUED ANNOUNCEMENTS 1. The recipient of this award must provide, in advance, to the PHMSA Contracting Officer, for review and concurrence, any proposed: - post-award announcement/press release when the content refers to PHMSA. - article, for publication or presentation, in which PHMSA is mentioned. 2. The recipient of this award must include the following statement in articles for publication or presentation resulting from this award: “This work was funded in part, under the Department of Transportation, Pipeline and Hazardous Materials Safety Administration. The views and conclusions contained in this document are those of the authors and should not be interpreted as representing the official policies, either expressed or implied, of the Pipeline and Hazardous Materials Safety Administration, the Department of Transportation, or the U.S. Government.” IV. EVALUATION CRITERIA Award(s) will be made to the responsible offeror(s) whose quote for each requirement is the most advantageous to the Government, after evaluation in accordance with the criteria shown below: PRICE: The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. PAST PERFORMANCE: This criterion will be used to evaluate the offeror’s past performance in supporting similar work as described in the requirements section. Only relevant past performance history will be considered. The Government will determine relevance of past performance information based on the similarity of the nature of the previous work to the current requirement, and the currency of the prior work (i.e., within the past three years). The Government will make award to the responsible offeror whose quote conforms to the solicitation and is the most advantageous to the Government considering criteria 1 and 2 above. Criterion 1 (price) is more important than Criterion 2 (past performance). V. OPTIONS PHMSA will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. PHMSA may determine that a quote is unacceptable if the option prices are significantly unbalanced. PHMSA is not obligated to exercise the option(s). VI. SUBMISSION OF QUOTES Quotes must include the following: 1. Offerors must provide individual pricing for all standards listed as part of Requirements 1, 2, 3 and 4. Offerors must include their pricing on the attached worksheet and must fill out Tabs 1, 2, 3 and 4. The price provided will represent the price per seat per location. 2. Offerors must include a statement stating that they have read, understand, agreed and can meet all PHMSA requirements (Requirement 1, 2, 3 and 4). 3. Offerors must include THREE (3) references (customers) for whom like or similar services have been performed within the past three years. Include specific points of contact, phone numbers. For each reference, provide: name of reference, point of contact, e-mail address, telephone number, and description. 4. Offerors must include a price for Requirement 1, 2, 3, and 4 for the option years. Quotes must be submitted electronically in PDF format to Ms. Maria Munoz at maria.munoz@dot.gov and must be received by 5:00 p.m., EST, Wednesday, December 16, 2009. VII. Point of Contact: Contract Specialist: Maria Munoz 1200 New Jersey Avenue, SE East Building, 2nd Floor, Room E22-305 Washington, DC 20590 Phone: (202) 366-5513 E-mail: maria.munoz@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/PHMSA/PHMSAHQ/DTPH56-10-Q-000003/listing.html)
- Place of Performance
- Address: PHMSA Office of Information and Analysis located, 1200 New Jersey Avenue SE, E23-469, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02016102-W 20091205/091203235543-8f941e22fc5b56586e5974156852c3ff (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 |