SOLICITATION NOTICE
R -- Alcohol Countermeasures Laboratory Support - Statement of Work
- Notice Date
- 4/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- DTRT57-10-R-20024
- Archive Date
- 7/31/2010
- 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
- Alcohol Countermeasures Laboratory Support Statement of Work This is a competitive 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. DTRT57-10-R-20024 is issued as a Request for Proposal (RFP). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-39. The NAICS Code is 541990 and the Small Business size standard is $7.0M. The Government intends to award a Firm Fixed-Price contract. This is a 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 locate small business concerns interested in 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. Task 1-Inerlock Device Testing Program Support--The Volpe Center is supporting the National Highway Traffic Safety Administration (NHTSA) Alcohol Countermeasures Program. 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 will support this interlock device testing task by performing the following sub-tasks: Assist with the laboratory testing of interlock devices; prepare reports on the interlock device testing; and attend interlock meetings, conferences, workshops, and events. Task 2-Research Program Support--The contractor will help evaluate the international standards for breath alcohol analyzers developed by the Organization International de Metrologie Legale (OIML). The contractor will then help design and implement new Model Specifications for testing alcohol test devices. A new Model Specification will need to be written for Evidential Breath Testers to incorporate those OIML changes that NHTSA deems appropriate. The contractor will also help draft the NHTSA response to international standards for breath alcohol analyzers developed by the OIML. Task 3-BASS device upgrade--The contractor will help the Alcohol Countermeasures Program provide new upgrades to the hardware and software for the Breath Alcohol Sample Simulator (BASS). The BASS is used to deliver various flow rates of saturated water/ ethanol vapor at 34C to an evidential breath tester. The BASS is currently an electronically controlled, solenoid valve device. These solenoid valves open and close very rapidly, and this rapid movement can cause pressure variations. Since many modern breath test devices use sophisticated flow/pressure sensors, they may be confused by these pressure variations. The new BASS will be fully computerized and will use motion controllers to carefully open and close new valves. Task 4-Police Breath Alcohol Test Tutorial--The contractor will assist in the update of a tutorial paper discussing the Police Breath Alcohol test for lawyers and police officers. Some travel will be required. The estimated period of performance is three (3) years from award date. A copy of the statement of work is attached to this synopsis/solicitation. Proposal Pricing: The Offeror shall provide pricing on the following items: Task 1-Inerlock Device Testing Program Support- Estimated 974 hours@___________per hour. Task 2-Research Program Support-Estimated 573 hours @_____________per hour. Task 3-BASS device upgrade-Estimated 730 hours @_____________per hour. Task 4-Police Breath Alcohol Test Tutorial-Estimated 40 hours @___________per hour. Travel for tasks 1 and 2 (Not to Exceed)-$7,000.00. Total Price __________________________. Instructions to Offerors: The signed offer must be submitted electronically via e-mail to Donald.MacGee@dot.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must be submitted with the proposal. An award will be made to the Offeror whose offer is considered to be the most advantageous to the Government, based on technical capability (Prior experience, Technical Approach, and Staffing) and price. Interested sources must submit a capabilities package demonstrating their experience with the tasks incorporated in the Statement of Work. Information provided must be detailed in the area(s) above so the Government can assess the ability of your company to provide the described services. Information should be provided in either Word (2007 or earlier version) or PDF. Each response must reference the synopsis/solicitation number and or title. In accordance with the NAICS provided, all Offerors must state whether they are a large or small business. Offerors are requested to provide their DUNS and CCR numbers. Interested parties must respond to this announcement electronically (via email) by NLT 3:00 pm ET, April 12, 2010. Mailed, telephonic, and faxed requests will not be honored. All responses must be sent to the attention of Donald MacGee, electronically via email. Please e-mail all responses to: Donald.MacGee@dot.gov. All data received in response to this announcement marked or designated as corporate or proprietary information will be protected from release outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. Vendors seeking award of a Government Contract must be registered in the Central Contractor Registration (CCR) database. CCR registration information may be found at www.ccr.gov. Please be aware that all information submitted in response to this request, whether written, oral, electronic, graphic, or any other medium, is considered public information under the Freedom of Information Act, 5 U.S.C. 552. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. The award will be subject to the following Federal Acquisition Regulation Clauses: 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items is incorporated by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.227-14, Rights in Data-General
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20024/listing.html)
- Record
- SN02111634-W 20100404/100402235449-55fb5faebe69da9245b3b150c85c65f2 (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 |