SOLICITATION NOTICE
B -- Instructional Design Guide for Inspecting Electric & Hybrid-Electric Commercial Vehicles - Package #1
- Notice Date
- 7/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
- ZIP Code
- 00000
- Solicitation Number
- DTMC75-15-R-00006
- Archive Date
- 8/7/2015
- Point of Contact
- Melinda Riddick, Phone: 2023667505, Diane Bethea, Phone: 2023852303
- E-Mail Address
-
melinda.riddick@dot.gov, diane.bethea@dot.gov
(melinda.riddick@dot.gov, diane.bethea@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Schedule Sheet Past Performance Questionnaire Terms & Conditions Statement of Work To: Potential Offerors Subject: Request for Proposals (RFP) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures), 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. Synopsis/Solicitation No. DTMC75-15-R-00006 is issued as a Request for Proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83. This is a 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 541620. The small business size standard is $14.0M. The U.S. Department of Transportation (DOT), Federal Motor Carrier Safety Administration (FMCSA), Office of Analysis, Research and Technology is seeking a qualified small business to carry out a project to develop an instruction design guide to provide training on inspecting high-voltage hazards on electric and hybrid-electric commercial vehicles in accordance with the attached statement of work (SOW). The Period of Performance is a 12 month base and a One Year Option Period. The place of delivery and Government acceptance shall be the U.S. Department of Transportation Headquarters, Washington, DC 20590. Site visits and consultations are required in the performance of the requirements outlined in the Statement of Work (SOW). The resultant contract shall be Firm-Fixed-Price (FFP). FMCSA invites your company to submit a proposal in accordance with FAR Part 12-Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures as it relates to the attached SOW provided as Attachment (1). Your proposal will be evaluated for the purpose of establishing a contract for these services. Firms must submit a complete proposal. Proposal shall remain valid for 90 days. One copy of the proposal signed by an authorized representative of the firm shall be submitted as an electronic version in MS Word or Adobe Acrobat and one hard copy signed by an authorized representative of the firm shall be provided to the Contract Specialist by Express Mail. The electronic version shall be submitted by e-mail. The proposal shall contain all content and shall be sized to permit electronic submission. Each proposal submission shall be on 8-1/2 x 11-inch paper, in Times New Roman font size of 12. Foldout pages of 11 by 17 shall only be used for tables and figures and will count as one page. Each page in the proposal shall be separately numbered. Offerors shall adhere to page limitation stipulated for each factor. Pages in excess of the stated limitations will not be forwarded to the evaluation team for review and could possibly impact the overall ratings received. Offerors can include up to 3 pages of introductory information on the Company. (Cover pages, indexes and table of contents will not count against the page limitation). Resumes are also not included in the total page count but shall not exceed 2 pages per individual. However, the price proposal shall only include the information as per the instructions contained herein. However, offerors are cautioned not to include information relevant to the factors within these pages, as it shall not be evaluated. The Terms & Condition (Attachment 2) is included with this combined Synopsis solicitation. Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the contract will be included. The Government reserves the right to make zero or one single contract award and will not be liable for any costs incurred in response to this synopsis/solicitation. The Government will evaluate proposals in accordance with the evaluation factors set forth in this RFP. The proposal shall demonstrate a reasonable relationship between the services outlined in the SOW, those offered, and the prices proposed for those services. The proposal submitted in response to this synopsis/solicitation shall be based on all requirements as set forth in the SOW. The provision at FAR 52.212-1-Instructions to Offerors-Commercial Items, FAR 52.212-2-Evaluation-Commercial Items, FAR 52.212-3-Offeror Representations and Certifications-Commercial Items, FAR 52.212-4-Contract Terms and Conditions-Commercial Items, and FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items shall apply to this acquisition as set forth in this RFP. The following Federal Acquisition Regulation clause shall also be applicable to this acquisition: FAR 52.227-14 Rights in Data-General (DEC 2007). The following U.S. Department of Transportation (DOT) Clauses shall be applicable to this acquisition: TAR 1252.223-73 Seat Belt Use Policies and Programs (APR 2005); TAR 1252.237-73 Key Personnel (APR 2005). The full text of the FAR and TAR clauses and provisions may be accessed electronically at: http://acquisition.gov/far/index.html http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition-regulation-tar All offers submitted in response to this RFP shall include five (5) Sections, i.e., Section I-Technical Approach, Section II - Management Approach, Section III - Key Personnel Qualifications, Section IV- Past Performance, and Section V-Price and Business. Your company's proposal must contain the following information as part of its offer to be considered for award: Evaluation Factors •§ Technical Approach •§ Management Approach •§ Key Personnel Qualifications •§ Past performance •§ Price and Business 1. Technical Approach : - Page Limit of 16 pages: The Technical Approach shall include, but not be limited to, the following: Corporate Expertise - The Offeror shall provide sufficient information to demonstrate corporate expertise on the subject matter for electric and hybrid-electric commercial vehicles. Project Plan - The Offeror shall provide and draft a project plan showing how the tasks and subtasks in Section 3 of the SOW will be implemented, including a schedule of milestones, to meet the Schedule of Deliverables in Section 4 of the SOW. 2. Management Approach - Page Limit of 5 pages: The Offeror shall demonstrate a comprehensive management approach that ensures fully-trained, top-quality personnel are provided to meet all requirements of the SOW. In addition, the management approach shall address how the contractor will track and manage all resources to support the efforts outlined in the SOW. 3. Key Personnel Qualifications - Page Limit of 5 page The Offeror shall provide resumes for two proposed key personnel, namely, (1) a subject matter expert on high-voltage hazards in electric and hybrid-electric commercial vehicles (heavy-duty trucks and buses) and (2) an instructional systems designer/training specialist. A subject matter expert on high-voltage hazards in electric and hybrid-electric commercial vehicles (i.e., trucks or buses) who worked as an employee, instructor, grantee, or contractor for the transportation industry is preferred. The instructional systems designer/training specialist shall have experience, be certified, and familiar with professional learning design and development standards (e.g., American Society for Training and Development standards). An instructional systems designer/training specialist who previously worked for the Transportation Industry is preferred. Resumes and letters of commitment, as applicable are required for all proposed key personnel. 4. Past Performance - Page Limit - 1 page max for each reference provided The Contractor shall provide five references of having worked (as an employee, instructor, grantee, or contractor) on electric and hybrid-electric commercial vehicles. Past Performance data shall not exceed 1 page for each contract referenced. Please provide the name of a point of contact (Contracting Officer Representative) who is familiar with your work for the organization), period of performance, dollar amount of grant or contract, name of organization, address, city and state, contact phone number, and e-mail address. References to past work for the Department of Transportation, U.S. Department of Energy, a transit agency, or truck/bus fleet owner/operator are a plus. All offerors are requested to forward Attachment 3 - Past Performance Questionnaire to its references who are expected to complete and submit the completed form by the offer due date. For evaluation purposes, the Government reserves the right to obtain past performance information other than what was submitted in the Offeror's quotations. Offerors with no relevant past performance history or for whom information on past performance is not available, e.g., a new firm, this rating factor will be considered neutral and will neither increase or decrease an Offeror's overall rating. NOTE : In order that the Technical Proposal may be evaluated strictly on the merit of the material submitted, no price information is to be included. Price data (or the price proposal) shall be segregated from the rest of the proposal and submitted as a separate volume. 5. Price and Business - NO page Limit The Offeror shall complete the attached Pricing Schedule (Attachment 4). The Offeror's price proposal shall also include the overall value/total estimated cost of performing the requirements outlined in the SOW for a 12 month Base and One Year Option Period or The price data (or price proposal) shall be segregated from the technical proposal. Price data shall be submitted in a separate volume. The price proposal shall contain only the information requested in this section and shall not be used as an extension of the technical proposal. The price shall be realistic, complete and reasonable in relation to the RFP SOW requirement. The Offeror's price quote shall include clearly stated costs and costs elements that are anticipated based on the SOW provided as Attachment (1). The Offeror's price proposal shall clearly identify labor categories with the number of personnel by skill level in parenthesis, number of labor hours applicable for the work efforts, labor rates (rates are to be composite, i.e., include applicable indirect burden costs, e.g., overhead, general and administrative expense, and profit), and if applicable subcontract cost and other direct costs (ODC). Proposed labor rates shall be fully burdened. Offerors shall also provide a description of each labor category proposed. This section shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, and complete pricing proposal. Additionally, the RFP should include information regarding (1) your Taxpayer Identification Number (TIN); Dun and Bradstreet Number, and Electronic Funds Transfer (EFT) information; and (2) a statement whether your company is registered in the Systems Award Management (SMA) database. NOTE : Section V, including FAR 52.212-3 shall not count toward the page limitation. Each section (submitted electronically) shall be submitted in separate files. Offerors must address each of the criteria listed above. The Offeror should set forth any other relevant information to include exceptions/assumptions taken with regard to the SOW or any other aspect of the RFP or any other information that you find necessary. All technical evaluation factors will be adjectivally rated. The technical evaluation factors are relatively equal, but the Technical Approach is the most important factor followed by Management Approach, Key Personnel, and Past Performance. When combined, all non-priced (technical) evaluation factors are significantly more important than Price. However, when all of the most highly rated proposals are equal technically, price will be the controlling factor. BASIS FOR AWARD : A single award will be made to the responsible Offeror whose proposal conform to the RFP and presents the best value to the Government, price and other factors considered. Best value will be based on an integrated assessment by the government on the evaluation of all areas and factors set forth herein. Accordingly, the Government may award any resulting contract to other than the Offeror proposing the lowest price or the Offeror achieving the highest adjectival rating. The Government does reserve the right of such flexibility in evaluation to ensure award of a contract is in its best interest of the Government. The Government has the right to award without discussion, therefore it is incumbent upon all Offerors to submit their best proposal. The Government will evaluate the total overall price to determine price reasonableness. The following adjectival ratings will be used to determine overall ratings other than price. •1. Excellent - Proposal demonstrates an understanding of all of the contractual requirements and an approach that significantly exceeds many performance or capability standards. 2. Good - Proposal demonstrates an understanding of the contractual requirements and an approach that exceeds some performance or capability standards. 3. Satisfactory - Proposal demonstrates an understanding of the contractual requirements and an approach that meets performance or capability standards. 4. Marginal - Proposal demonstrates does not meet some contractual requirements and the approach appears minimal or not fully implemented. 5. Unsatisfactory - Proposal fails to meet performance or capability standards. Requirements can only be met with major re-write of the offer. Note. For Past Performance, the offer will be assessed a Neutral where it has no Past Performance. RISK RATING - Each Offer will be assessed an overall risk rating as follows: 1. High (H) - The proposed approach is likely to cause significant disruption of schedule, increase in cost, of degradation of performance even with special contractor emphasis and close government monitoring. 2. Moderate (M) - The proposed approach can potentially cause some disruption of schedule, increase in cost, or degradation of performance. However, special contract emphasis and close government monitoring will probably be able to overcome difficulties. 3. Low - The proposed approach has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. TRAVEL It is expected that the majority of travel will be local in the Washington D.C. and metropolitan area. Local travel will not be reimbursed. Arrangements for and costs of all travel, transportation, meals, lodging, and incidentals are the responsibility of the Contractor. Travel costs, including lodging and meals, shall be reimbursed in accordance with applicable Federal Travel Regulations. All travel must be approved by the COR before taken. Costs for these expenses will be reviewed, certified and approved by the COR. All travel and transportation shall utilize commercial sources and carriers. The Government will not pay for business class or first-class travel. QUESTIONS Any questions or concerns regarding any aspect of this RFP shall be forwarded to the Contract Specialist, Melinda Riddick via e-mail at Melinda.Riddick@dot.gov by 10:00 a.m. (Eastern time) on July 14, 2015, so that they can be addressed prior to submission of your RFP package. PROPOSAL SUBMISSION DEADLINE Past Performance questionnaires (Attachment 3) shall be submitted to the attention of the Contract Specialist, Melinda Riddick, via e-mail at Melinda.Riddick@dot.gov on or before 10:00 a.m. on July 23, 2015. Either the Offeror or Offeror's References can submit the Past Performance Questionnaire via email by the deadline. Please submit your proposal to the attention of the Contract Specialist, Melinda Riddick, via e-mail at Melinda.Riddick@dot.gov on or before 10:00 a.m. on July 23, 2015. The proposal submitted shall form the basis for award. In addition, the Offeror shall complete and forward the attached Pricing Schedule (Attachment 4) along with their proposal on or before 10:00 a.m. on July 23, 2015 This solicitation shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. The Offeror is solely responsible for this solicitation's submission costs. In the event that your company declines to submit a proposal, please indicate via-email to the Contract Specialist that you will not be submitting a proposal and the reason(s) why, within one business day after receipt/publication of this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-15-R-00006/listing.html)
- Place of Performance
- Address: 1200 New Jersey Ave. SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN03790588-W 20150711/150709234949-b4ba1bd05e98b08b19829095daa9a1ed (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 |