SOLICITATION NOTICE
70 -- Aviation Environmental Design Tool - Specifications
- Notice Date
- 4/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related 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-Q-80066
- Archive Date
- 5/7/2010
- Point of Contact
- Cathryn C. Oliva-Simmons, Phone: 6174942145
- E-Mail Address
-
cathryn.oliva.simmons@dot.gov
(cathryn.oliva.simmons@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment F Takeoff and Landing Field Length Design Capability Specifications (minimum) Attachment E Range and Mission Design and Performance Specifications (minimum) Attachment D Aerodynamic Characteristics Data Specifications (minimum) Attachment C Mass Estimation Capability Specifications Attachment B Geometry and Balance Attachment A Input Parameters 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.DTRT57-10-Q-80066 is issued as a Request for Quote (RFQ). This solicitation is being conducted in accordance with FAR Part 13.5 and Part 12. This solicitation document and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2005-39 dated March 19, 2010. The NAICS Code is 541519 and the Small Business size standard is $25 M. The Government intends to award a Firm Fixed-Price Contract on a competitive basis to provide commercial aircraft analysis tool and database software. For award rational see Evaluation Criteria below. Proposals shall include technical information and pricing for the following items in a written proposal. Note: Offerors are required to provide a price for all CLINS. CLIN 0001 Commercial Aircraft Analysis Tool and database per Statement of Work 1 EA $______; CLIN 0002 one year data license for up to 10 users for Commercial Aircraft Tool per Statement of Work 1 EA $______; CLIN 0003 One year software updates for Commercial Aircraft analysis Tool per Statement of Work 1 EA $______; CLIN 0004 One year technical support for Commercial aircraft Analysis Tool per Statement of Work 1 EA $______; CLIN0001-0004 Total for all CLINS in the requirement $________. This Statement of Work (SOW) is as follows: BACKGROUND: Existing analytical tools are inadequate to assess interdependences between aviation-related noise and emissions including the cost/benefit analyses of proposed actions. Accordingly, the Federal Aviation Administration's Office of Environment and Energy (FAA/AEE) is developing a robust, new, comprehensive framework of aviation environmental analysis tools and methodologies to perform these functions. This framework will be called the Aviation Environmental Design Tool (AEDT). The long-term aim of this new computer model is to provide a seamless, comprehensive set of tools to address all aspects of aircraft noise and emissions. FAA/AEE is undertaking the development of AEDT and the Volpe National Transportation Systems Center (Volpe Center) will support this effort by leading the technical development of AEDT. A large part of this Volpe Center role will be the harmonization and integration of various types of commercial aircraft data, including aircraft engineering specifications, flight schedules, geographic information, and maintenance cost information. This type of commercial aircraft analysis will require an advanced aircraft performance analysis software tool that allows the user to access the information described below for existing turbo-prop and jet aircraft as well as theoretical aircraft that can be developed in the software. SOFTWARE REQUIREMENTS AND SPECIFICATIONS: The software to be purchased will be used in preliminary design, existing aircraft evaluation, performance studies and other developmental tasks. The software must have a reasonably clean user interface that allows users to load existing aircraft from its database or define completely new ones from scratch. The aircraft will be evaluated, modified, and saved to a desktop or laptop computer equipped with the Microsoft Windows Operating System. The software must produce detailed reports and plots of the aircraft's aerodynamic characteristics, departure, en-route, and approach performance, plus additional specifications described below. Text and pictures must be saved to standard formats, including Excel and PDF. The software must allow users to alter the aircraft design systematically to create parametric studies and tables, run iterations to match mission targets, or conduct multi-variable numerical optimizations that satisfy a variety of performance goals and constraints. Detailed specifications for the commercial aircraft analysis software to be purchase are described below: 1. Commercial Aircraft Design Input Parameters (see Attachment A for listing of required input parameters) 2. Geometry and Balance Data (see Attachment B for specifications) 3. Mass Estimation Capability (see Attachment C for specifications) 4. Aerodynamic Characteristics Data (see Attachment D for specifications) 5. Aircraft Engine Modeling Capability (e.g.: dimensions of engine, fuel consumption) 6. Range and Mission Design and Performance Capability (see Attachment E for specifications) 7. Takeoff and Landing Field Length Design Capability (see Attachment F for specifications and example) 8. Parametric Studies and Numerical Optimization Capability 9. Flight Maneuver and Sequence Design Capability 10. Environmental Emissions (e.g.: noise, engine exhaust) and Cost Estimation, including Direct Operating Cost for dynamic scenarios 11. A one-year data license with technical support and software version updates is required DETAILED ITEMS OF WORK: The vendor will supply the items listed below in the quantities required: Item DescriptionItem Quantity 1. Commercial Aircraft Analysis Tool with the 1 capabilities and to specifications listed above and in the attachments, including access any databases required to support the Commercial Aircraft Analysis Tool 2. One year Data License for the Commercial Aircraft 1 Analysis Tool and databases, covering up to 10 users 3. One year software updates 1 4. One year technical support 1 DELIVERABLES AND PERIOD OF PERFORMANCE: The following deliverables shall be made available to the Volpe Center by the listed due date: Deliverable: All items listed in "Detailed Items of WorK" Due Date: 2 weeks from date of purchase order All software CDs are to be shipped to the following address: Volpe National Transportation Systems Center 55 Broadway Cambridge, MA 02142-1093 Unless otherwise specified, the required items shall be packaged in accordance with the Contractor's standard commercial practice and shall ensure acceptance by common carrier and provide product protection against deterioration, loss, and damage during shipment and handling. INVOICING: The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, and Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma. The contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover e-mail must accompany each invoi8ce and provide the applicable information in the fields listed below: Invoice Date: Supplier Name: Invoice Amount: Invoice Number: Contract No. / Purchase Order No: Task: Modification No. Terms/Discount: Performance Period: Notes: Evaluation Criteria 1. Must be a commercial off -the-shelf software product that meets the criteria in the statement of work and the specifications in Attachments A through F. 2. The software must be deliverable in two weeks after the award date. Award will be made to the lowest priced offeror who meets the minimum of the two requirements mentioned above and stated in the synopsis/solicitation. Solicitation provision FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008) is hereby incorporated by reference; the offer must include a copy of the standard commercial warranty per FAR Clause 52.212-1(b) (5), Terms of any Express Warranty. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with the offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010)), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 12, 19, 20, 21, 22, 24, 39, and 40. FAR Clause 52.214-35 Submission of Offers in U.S. Currency. (Apr 1991) Offers submitted in response to this solicitation shall be in terms of U.S. dollars. Offers received in other than U.S. dollars shall be rejected. FAR Clause 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) United States law will apply to resolve any claim of breach of this contract. Contractor Policy To Ban Text Messaging While Driving (Feb 2010) a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"¬---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as¬--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. An electronic offer shall be submitted to the following email addresses: cathryn.oliva.simmons@dot.gov no later than 2:00 P.M. EDT on April 22, 2010. All documents submitted in electronic format must meet the following requirements: Microsoft Office 2000 - compatible electronic products Virus free. Electronic documents that do not meet the above specifications will not be accepted. An electronic offer is due to the U.S. Department of Transportation, Volpe National Transportation Systems Center, Cathryn.Oliva.Simmons@dot.gov. The Government will not pay for any information received. ATTENTION: For Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Business and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contract specialist above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80066/listing.html)
- Record
- SN02117794-W 20100411/100409234816-6d2d009b73836a5e33254bda1db3b157 (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 |