Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2015 FBO #5039
SOLICITATION NOTICE

R -- Three information papers for ICAO CAEP Emissions Technical Manual Volume III - Att. 1_Instructions to Offerors

Notice Date
9/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715Q80090
 
Archive Date
10/6/2015
 
Point of Contact
Regina Rockwood, Phone: 6174943236
 
E-Mail Address
regina.rockwood@dot.gov
(regina.rockwood@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Att. 2_Provisions and Clauses INSTRUCTIONS, CONDITIONS, AND NOTICE TO OFFERORS 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80090 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-83, effective 03 Aug 2015. The NAICS Code is 541990; the Small Business size standard is $14 million. This procurement is a 100% small business set-aside. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is supporting the Federal Aviation Administration (FAA) Office of Environment and Energy (AEE-300) in Environmental Technical Manual Development. The contractor will be required to support the development of International Civil Aviation Organization (ICAO) carbon dioxide (CO2) emission standards and Environmental Technical Manual guidance material in accordance with the Statement of Work (SOW) below. With the exception of travel to participate in meetings (CLIN 0300 and 0400), all work shall be performed at the contractor's site. STATEMENT OF WORK - Begin Three information papers for ICAO CAEP Emissions Technical Manual Volume III BACKGROUND The Volpe National Transportation Systems Center (Volpe Center) in support of the Federal Aviation Administration's (FAA) Office of Environment and Energy (AEE-300) is developing a certification standard for airplane CO2 emissions based on the consumption of fuel. This certification standard will be incorporated into the International Civil Aviation Organization's (ICAO) Annex 16 as Volume III. In addition, guidance and information on procedures and methods for determining airplane fuel consumption for use in determining compliance with the CO2 emissions standard will be provided in an Environmental Technical Manual (ETM). OBJECTIVE The goal of this project is to resolve remaining work items for the CO2 emissions standard in order to complete this standard and to develop the ETM guidance material. The guidance material will be in the form of information papers on procedures and methods for flight testing and data analysis for determining airplane fuel consumption. STAFFING APPROACH The contractor shall provide an individual that has prior/current experience in the following areas: o Flight test and analysis methods for determining airplane fuel mileage o Airplane certification requirements and procedures o ICAO working methods and procedures o Title 14 Code of Federal Regulations (CFR) part 25 o Draft ICAO Committee on Aviation Environmental Protection (CAEP) Annex 16 Volume III CO2 emissions standards o Advisory Circular (AC) 25-7 GOVERNMENT FURNISHED MATERIAL All materials to be reviewed as part of this work will be provided to the contractor by the Volpe Center by email or direct mail. Title 14 Code of Federal Regulations (CFR) Part 25 and FAA Advisory Circular (AC) 25-7 information can be found online at the following links: 14 CFR Part 25 http://www.ecfr.gov/cgi-bin/text-idx?SID=a8c4a981a84a19f4c986e97115702fbe&node=14:1.0.1.3.11&rgn=div5 AC 25-7 http://rgl.faa.gov/Regulatory_and_Guidance_Library/rgAdvisoryCircular.nsf/0/BD2675E7774B4C4786257AC200546ACE?OpenDocument&Highlight=25-7 TASKS CLIN 0100: Quarterly Reports These status reports will provide the following information 3 months and 6 months after award: a. Brief description of project objectives; b. Highlights of work accomplished; c. Significant findings, problems, delays, events, trends, etc. during the reporting period that influenced performance and may impact performance of remaining work; d. Specific action(s) recommended by the Contractor or requested by the Government to assist in the resolution of any problems identified; e. Amount of funds awarded, expended, and remaining. CLIN 0200: Develop three information papers for ICAO CAEP Emissions Technical Manual Volume III The contractor shall support the Volpe Center in developing three information papers for the Emissions Technical Manual Volume III that will provide information, procedures, and methods for determining airplane fuel mileage. These information papers are detailed as follows: 1. Information Paper on specific-air-range correction procedures 2. Information Paper on stability criteria specifications for light airplane types 3. Information Paper on how amendments are made to Type Certification Data Sheets In addition to the writing of these information papers, this task will involve coordination with other members of the CO2 Task Group under CAEP's Working Group 3, participation in two teleconferences per month, and attendance at two meetings. Deliverables for this task will be the information papers identified above and participation in teleconferences and meetings. Travel to Montreal, Canada, will be required for January 2016, and Washington, DC, for February 2016. Status information will be provided in two quarterly status reports. All work will begin upon contract award an dbe completed within 8 months. TRAVEL (CLINS 0300 AND 0400) As mentioned in CLIN 0200, the contractor shall travel internationally to Montreal, Canada (January 2016) and domestically to Washington, DC (February 2016), for technical review meetings with the Volpe Center, FAA, and ICAO CAEP. All travel performed under this contract shall be performed in accordance with Federal Travel Regulation (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the time of travel as set forth in the FTR. In accordance with FAR Subpart 31.205-46, a written justification must be provided to the COR for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of the receipts for expenses) in the following categories: 1.) Airline Tickets (commercial rates) 2.) Hotel Expenses (Government rates unless pre-approved by the COR) 3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00) Food and other miscellaneous expenses will be reimbursed at the prevailing FTR reimbursement rates. The total travel cost shall not exceed $5,050. DELIVERABLES AND PERIOD OF PERFORMANCE Project deliverables will be required according to the format and dates outlined in the following table. All work will begin upon date of award and be completed within 8 months. CLIN TASK DESCRIPTION DELIVERABLE FORMAT DATE(S)REQUIRED 0100 1 Two Quarterly Status Reports Quarterly Report MS Word 3 months after Date of ward and 6 months after date of award, respectively 0200 1 ICAO CAEP Env. Tech. Manual Volume III papers Teleconference participation twice per month AND 3 information papers* MS Word MS PowerPoint Date of award through 8 months 0300 1 Travel to Montreal, Canada Trip, meeting notes* NA January 2016 (exact date TBD) 0400 1 Travel to Washington, DC Trip, meeting notes* NA February 2016 (exact date TBD) *All deliverables shall be emailed to the Contracting Officer's Representative (COR). STATEMENT OF WORK - End REQUIREMENTS/SPECIFICATIONS The Government intends to award a non-personal firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable proposal. The Offeror's proposal shall be prepared in accordance with Attachment 1, Instructions, Conditions, and Notice to Offerors. The Offeror's price quotation shall include a firm fixed price for each CLIN identified below and the total firm fixed price for CLINS 0100-0400. CLIN 0100 - Quarterly Status Reports $____________ CLIN 0200 - Three information papers for ICAO CAEP Emissions Technical Manual Volume III 14 CFR Part 25 $___________ CLIN 0300 - Travel to Montreal, Canada NTE $3,500.00 CLIN 0400 - Travel to Washington, DC NTE $1,550.00 TOTAL for CLINs 0100, 0200, 0300 and 0400: $__________ NOTICE TO OFFERORS FAR 52.212-1, Instruction of Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in Attachment 2). The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation, subject to receipt of an acceptable quotation. FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 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: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-18, 52.225-13, and 52.232-33. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Regina Rockwood, V-222, 55 Broadway, Cambridge, MA 02142 The signed offer must be submitted via e-mail to Regina.Rockwood@dot.gov by closing date of September 21, 2015 at 2:00 p.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about September 30, 2015. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. 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/notices/3f2c6cbf5b360548bfc3af44efb150e9)
 
Place of Performance
Address: Contractor's site except as noted above., 55 Broadway, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN03876164-W 20150910/150909000036-3f2c6cbf5b360548bfc3af44efb150e9 (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.