SOLICITATION NOTICE
R -- Maritime Domain Awareness System Training & Consulting Services - Attachment 1
- Notice Date
- 5/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- DTRT5716Q80068
- Archive Date
- 8/17/2016
- Point of Contact
- Carmen R. Smith, Phone: 6174942568
- E-Mail Address
-
carmen.r.smith@dot.gov
(carmen.r.smith@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Deliverable and due date tables 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. DTRT5716Q80068 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective May 16, 2016. The NAICS Code is 541611 and the Small Business size standard is $15 million. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) in Cambridge, MA intends to solicit, negotiate, and award a purchase order to Roebuck Technical Services, 625 Independence Drive, Roebuck, SC, under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The Government intends to procure, through a firm fixed-price purchase order, the support of a contractor that has experience in applying Maritime Domain Awareness technologies, has extensive experience in deploying such systems, and has experience in training to such technologies. The contractor will work with the Volpe MDA Team to assist in development and defining of course content for its Maritime Domain Awareness Administrator and Technician Workshop and will help the deliver the course content to 10 African military officers, and 10 Philippine military officers at the Volpe Center in July 2016, in accordance with the Statement of Work (SOW) below. Statement of Work (SOW) - Begin Statement of Work: Maritime Domain Awareness Systems Training & Consulting Services I. BACKGROUND - Task 1 The Volpe National Transportation Systems Center (Volpe Center) operates within the Department of Transportation (DOT), Office of the Secretary of Transportation, under the Assistant Secretary for Research and Technology. The Volpe Center provides research, analysis and systems capability to DOT and other agencies requiring expertise in national transportation and logistics programs. The Volpe Center, on behalf of the United States Department of Defense (DoD)- U.S. Africa Command (US AFRICOM), will be conducting a five week Maritime Domain Awareness: Administrator and Technician Workshop ("MDA Workshop")in an effort to support the sustainability of AFRICOM and partner-nation sponsored maritime surveillance systems through the development of a cadre of partner-nation personnel who are qualified operators and administrators of SeaVision and TV32, and as basic technicians of Automatic Identification Systems (AIS) and RADAR systems. The Workshop goals are to: 1. Educate and train attendees on all the appropriate technologies required to implement a successful maritime domain awareness plan. 2. Ensure that all attendees are capable of training their counterparts on the technical aspects of the workshop. 3. Additionally, attendees should be able to utilize the skills learned in the project management sessions to deliver high-quality reporting back to AFRICOM when necessary. II. BACKGROUND - Task 2 The Volpe Center, in support of the United States Department of Defense (DoD), U.S. Northern Command (US NORTHCOM), will be installing Automatic Identification System (AIS) equipment at maritime sites in the Bahamas. In 2015 Volpe conducted site surveys to develop installation plans and is moving into the deployment phase of the project, with the ultimate goal of integrating the system into the Volpe Center's Maritime Safety and Security Information System Network (MSSIS). The maritime domain awareness software application, Transview (TV32), will play a critical role in the integration of these systems into MSSIS network. The Volpe Center will provide the TV32 application to the host nation navies and port authorities, for the purpose of AIS data display and to route locally received AIS data to the MSSIS network. After the installations are complete the Volpe Center will provide the host nation's authorities with the TV32 software and an initial demonstration of the MSSIS network to assist the countries in developing their MDA Concept of Operations (CONOPS). III. REQUIREMENTS In order to complete the MDA Workshop and AIS site installations successfully and in an expedient manner, the Volpe Center ("MDA Team") will require outside expertise. The Volpe MDA Team requires the support of a contractor that has experience in applying Maritime Domain Awareness technologies, has extensive experience in deploying such systems, and has experience in training to such technologies. 1. Task 1: The contractor will provide AIS deployment and sustainment experience and expertise for the MDA Workshop by conducting a review of the existing curriculum and providing recommendations on a revised curriculum. The contractor will work with the MDA Team in the in the development of new course content by performing technical reviews and document edits of the MDA Team produced course "Workbook", course slides, and other training material. 2. The contractor will also work with the MDA Team to provide course instruction on site at the Volpe Center in July 2016. 3. Task 2: The contractor will provide technical expertise to assist the MDA Team for the installation of Automatic Identification System (AIS) equipment at maritime sites in the Bahamas. The contractor shall provide technical assistance with foreign port facility, government officials, and engineers to communicate effectively with relating to AIS site installation requirements, including antenna mounting, interference mitigation, lighting protection, primary AC power and internet communications. The contractor shall also provide engineering services and provide as-built engineering drawings for the deployed AIS sites IV. CLIN 0100: MDA COURSE INSTRUCTION (OPTIONAL) The contractor shall provide technical expertise to assist in the development and instruction of the MDA Workshop. 1. The contractor shall travel to the Volpe Center to meet with the MDA Team for the purposes of assisting in planning the MDA course requirements, reviewing Volpe Center AIS equipment and provide recommendations for Volpe Center equipment purchases. a. Three day meeting: Tuesday morning through Thursday afternoon. (Location: US DOT / Volpe Center 55 Broadway, Cambridge, Massachusetts, approximate early June 2016) 2. The Contractor shall assist the Volpe Center Federal staff in the execution of the Maritime Domain Awareness: Administrator and Technician Workshop by providing on-site training at the Volpe Center. a. The section of the Workshop that this encompasses shall begin on Monday, July 25, 2016 and run through Friday, July 29, 2016. The contractor shall not schedule return travel any earlier than 6:00PM on Friday, July 29, 2016. The daily start time will be determined at the time of the purchase order award. (Location: US DOT / Volpe Center 55 Broadway, Cambridge, Massachusetts). b. Travel associated with this item is CLIN 0300 (OPTIONAL). GOVERNMENT FURNISHED EQUIPMENT, FACILITIES AND INFORMATION (OPTIONAL CLIN 0100) The Government shall provide the following: A. A classroom facility large enough to seat all participants in which to present the course, B. Podium, flipcharts, overhead projector, projection screen, and markers, C. Pens, pencils and paper for the participants, D. All required tools and equipment required for "hand-on" demonstrations and lab exercises. E. Course evaluation forms in sufficient quantities for all attendees at the completion of the course. V. CLIN 0200: AIS Site Installation Support The contractor shall provide Maritime Domain Awareness systems technical expertise and engineering services for the during AIS site installations. 1. The contractor shall travel to the Bahamas as part of the Volpe Center installation team to provide engineering expertise and services during the installation of AIS sites. a. Up to two trips of 10 day per trip may be required. Each trip may have multiple sites and require intra-island travel. b. Travel associated with this item is CLIN 0400. 2. Within 30 days of the conclusion of the installation, the contractor shall review the MDA Team's documentation and provide and provide as built drawings. VI. TRAVEL CLIN 0300 (OPTIONAL) and CLIN 0400 All travel performed under this Purchase order must be approved by the COTR and shall be performed in accordance with Federal Travel Regulations (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 COTR 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 COTR) 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. VII. PERIOD OF PERFORMANCE The Period of Performance shall be from the date of award through September 30, 2016. VIII. COR / Technical POC Mario Caputo US Department of Transportation, Volpe National Transportation Systems Center 55 Broadway Cambridge, MA 02142 Mario.Caputo@dot.gov Office: 617-494-2899 Mobile: 857-998-3320 INSTRUCTIONS TO OFFERORS FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference; All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. 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 is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52-209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.2223-15, 52.223-18, 52.232-33 and 52.232-40. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. The signed offer must be submitted electronically via e-mail to Carmen.R.Smith@Dot.Gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Carmen R. Smith, V221, 55 Broadway, Cambridge, MA 02142. The time for the receipt of offers is 2:00 PM Eastern Time on Wednesday, May 25, 2016. No telephone requests will be honored. The Government will not pay for any information received. Interested and responsible parties may submit a capability statement to the Point of Contact for this notice which will be considered by the Government. The capability statement must provide clear and convincing evidence of the firms' capability to meet the requirement described in this notice. Written capability statements must be submitted within nine (9) calendar days from the date of publication of this notice. Responses received after nine (9) calendar days or without the required documentation will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses, is solely within the discretion of the Government. Telephone calls made in place of the required documentation will not be accepted. The following FAR provision is incorporated by full text: FAR 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION FEB 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7780eab0a268ec7f0d5136e6618d2093)
- Record
- SN04119764-W 20160519/160517235059-7780eab0a268ec7f0d5136e6618d2093 (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 |