Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
SOLICITATION NOTICE

R -- Scientific Support on Biofuel Feedstocks Species Study - Attachment 1

Notice Date
11/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting 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
DTRT57-11-Q-80019
 
Archive Date
2/28/2011
 
Point of Contact
Rachelle Dorleans, Phone: 617-494-2136
 
E-Mail Address
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of work 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; no written solicitation will be issued. Solicitation No. DTRT57-11-Q-80019 is issued as a Request for Quote (RFQ). This procurement will be conducted in accordance with FAR Part 13, Simplified Acquisition Procedures, and FAR Part 12 on an unrestricted basis. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-46 dated October 29, 2010. The NAICS Code is 541690, Other Scientific and Technical Consulting Services, and the Small Business size standard is $7.0 Million. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking a Contractor to work closely with the Volpe Center on the relative risk of invasiveness. The Contractor will produce an invasive species study in accordance with the attached Statement of Work (SOW), Attachment 1. A firm fixed priced purchase order award will be made to the source whose quote, conforming to the solicitation and SOW, is determined to offer the best value to the Government in terms of technically acceptable lowest proposed price. STATEMENT OF WORK (SOW) - Attachment 1 Proposal Pricing: The Contractor shall provide pricing on the following item: CLIN 0001- Task 1-5 in accordance with the above statement of work, Quantity: 295 hrs, Unit Price $________, Total Price $________; CLIN 0002- Travel (not to exceed 908.00) in accordance with the statement of work, Quantity 1 ea $__________; Total Price CLIN 0001-0002 $____________. EVALUATION OF OFFERS: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Technical capability of the supply and service offered to meet the Government's requirement is more important than price. The Government intends to evaluate proposals and award a firm fixed price Purchase Order in accordance with the SOW, Attachment 1. A single award will be made to the responsive and responsible Offeror who will provide the lowest technical acceptable offer to the Government based on the Technical Proposal (i.e., technical qualifications) and Price. ORDER OF IMPORTANCE-Technical qualification is more important than price in the selection of an Offeror for award. Notwithstanding this fact, Offeror's are cautioned not to minimize the importance of the price proposal. The winning proposal will be based on the following selection criteria, listed in descending order of importance: 1. Technical Qualification The Offeror's Technical Proposal will be evaluated in accordance with the criteria described below: a. Technical Approach (maximum 10 pages) - The Offer shall provide a description of its technical approach for completing Task 1-5; and b. Resume of Principal Investigator (maximum 5 pages). 2. Total Price Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors -Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 2:00 P.M., Eastern Standard Time, on December 8, 2010. Proposals submitted via facsimile or U.S. Mail is not authorized and late responses will not be considered. The Government will not pay for any information received. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010) must be submitted with the offer, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2010), is 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, 52.223-18, 52.232-33. Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (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. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management 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 contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-Q-80019/listing.html)
 
Place of Performance
Address: 55 Broadway, Cambridge, Massachusetts, 02124, United States
Zip Code: 02124
 
Record
SN02335268-W 20101202/101130234031-3aa640ec5c8af298dff589b9639d90fc (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.