SOLICITATION NOTICE
R -- Collection of Road Noise Information Data - Statement of Work
- Notice Date
- 7/15/2010
- 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-Q-80119
- Archive Date
- 9/23/2010
- Point of Contact
- Karen M. Marino, Phone: 6174942437
- E-Mail Address
-
karen.marino@dot.gov
(karen.marino@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. The applicable NAICS code is 541990 and the Small Business size standard is $6.5M. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13 and Part 12, Commercial Items. This solicitation document and incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-44. Solicitation No. DTRS57-10-Q-80119 is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The John A. Volpe National Transportation Systems Center (Volpe Center), Acoustics Facility's (VCAF) has a requirement to conduct research to provide road noise related information and products to the National Park Service (NPS). The contractor shall assist the Volpe Center Acoustics Facility NPS road noise study in accordance with the attached Statement of Work (SOW). Contract Line Items (CLINS): Please provide a price for each of the following Contract Line Items (CLINS): CLIN 0001 Task 1, Data Collection and analysis for motorcycle noise research, 1 JOB, Total Price $ __________; CLIN 0002, Task 1, Travel, 1 EA, Not-to-Exceed, tiny_mce_marker____________; CLIN 0003, Task 2, Data Analysis for motorcycle noise research, 1 JOB, Total Price tiny_mce_marker__________; CLIN 0004, Task 2, Travel, 1 EA, Not-to-Exceed, tiny_mce_marker__________; CLIN 0005, Task 3, Data Collection for quieter pavement noise research, 1 JOB tiny_mce_marker___________; CLIN 0006, Task 3, Travel, Not-to-Exceed, 1 EA tiny_mce_marker___________; CLIN 0007, (Optional Line Item) Task 4, Data collection for ambient noise measurement research, 1 JOB tiny_mce_marker_____________; CLIN 0008, (Optional Line Item), Task 4, Travel, 1 EA, NOT-to-Exceed tiny_mce_marker_______________; CLIN 0009, (Optional Line Item), Task 5, Data collection for ambient noise measurement research, 1 JOB, tiny_mce_marker_____________; CLIN 0010, (Optional Line Item), Task 5, Travel, 1 EA, Not-to-exceed, Please provide a total price for all items including optional items (CLINS 0001 - 0010) tiny_mce_marker_______________. The proposal shall be marked with the RFQ number. Technical Criteria The three technical evaluation criteria are: • Technical merit of proposal (maximum 5 pages, double-space, Times New Roman 12 font) • Resume (maximum 5 pages, double-space, Times New Roman 12 font) • Prior Experience (maximum 5 pages, double-space, Times New Roman 12 font), in particular, the following: o Familiarity with VCAF's on-board sound intensity (OBSI) data collection system o Familiarity with VCAF's effective flow resistivity (EFR) data collection system o Familiarity with VCAF's ambient noise data collection system o Experience with VCAF's vehicle pass-by noise data collection instrumentation and procedures, particularly in relation to FHWA Reference Energy Mean Emission Levels (REMEL), and also with REMEL data processing o Experience with VCAF's time-averaged traffic noise data collection instrumentation and procedures BASIS FOR AWARD - BEST VALUE The Government intends to evaluate proposals and award a purchase order, in accordance with the RFQ. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price standpoint. ORDER OF IMPORTANCE For this solicitation, each of the three technical evaluation criteria are given an equal weight, and the sub-criteria under each are also weighted equally. Notwithstanding this fact, offerors are cautioned not to minimize the importance of the price quote. The winning proposal will be based on the following selection criteria, listed in descending order of importance: 1. Proposed technical merit, including résumé and prior experience; and 2. Proposed price for performing the work. FAR 52.212-1, Instruction of Offerors-Commercial Items (JAN 2005) is hereby incorporated by reference; The Offeror must complete the Offeror Representations and Certifications required in FAR 52.219-1 by using the Online Representations and Certifications Application (ORCA) at the following website: http://orca.bpn.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA. 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 are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.arnet.gov. The following clauses also apply to this RFQ: FAR Clause 52.232-18, Availability of Funds, (APR 1984), FAR Clause 52.217-5, Evaluation of Options, (JUL 1990), and FAR Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item, (MAR 1989). A single award will result from this solicitation. Responses must be received no later than 2:00 P.M. EST on July 22, 2010 to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen M. Marino, RVP-32, 55 Broadway, Building 1, Room 1148, Cambridge, MA 02142. Responses may also be sent via email to Karen.Marino@dot.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. 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. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80119/listing.html)
- Record
- SN02207259-W 20100717/100715235357-4be2068e3ebda7a109d280c4111ee2fd (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 |