SOLICITATION NOTICE
R -- Technical Support MassDOT Aeronautics Division�s Commonwealth Unmanned Aerial System Integration Program
- Notice Date
- 4/6/2022 10:24:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
- ZIP Code
- 02142
- Solicitation Number
- 6913G622Q3422098
- Response Due
- 4/15/2022 2:00:00 PM
- Archive Date
- 04/30/2022
- Point of Contact
- Kayla Kuta, Phone: 617-494-2438
- E-Mail Address
-
Kayla.Kuta@dot.gov
(Kayla.Kuta@dot.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation 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. 6913G622Q3422098 is issued as a Request for Quotation (RFQ).� Please see the attached 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 2022-04, effective 01/30/2022. �The NAICS Code is 541512; the Small Business size standard is $30 million. � The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) Cambridge, MA, in support of the US DOT Federal Highway Administration, intends to solicit and award a firm fixed price purchase order. The Volpe Center has a requirement to promote and develop state-wide Unmanned Aerial System (UAS), Counter UAS (CUAS), Advanced Air Mobility (AAM), Airspace Situational Awareness (ASA), and Training, Test, and Evaluation (TTE) capabilities as part of MassDOT�s Commonwealth UAS Integration Program (CUIP). Volpe is seeking the services of a contractor to support the MassDOT mission of developing a plan to foster the development of a commercial UAS and AAM ecosystem within the Commonwealth of Massachusetts and the region, and to ensure a reliable state transportation infrastructure that is safe from evolving UAS threats in accordance with the attached Statement of Work (SOW). The required Period of Performance is 01 May 2022 through 30 November 2022. REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation.� This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable proposal.� Offeror�s price quotation shall include a firm fixed price. This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached).� An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov.� If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.� All Contractors must be registered in SAM in order to receive an award from a DOT Agency.� Vendors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factor and elements of evaluation factor. Failure to meet a requirement may result in an offer being ineligible for award. If the Vendor finds it necessary to take exception to any of the requirements specified in the solicitation, the Vendor shall clearly identify where it is addressed in its submission and provide a complete explanation of why the exception was taken, what benefit (if any) accrues to the Government, and its impact (if any) on the performance, schedule, cost and specific requirements of the solicitation. Each exception shall clearly identify the specific paragraph and/or part of the solicitation to which the exception is taken. Addenda To FAR 52.212-2 Evaluation--Commercial Items (Oct 2014) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.� The evaluation criteria of technical understanding, management approach, and past experience, will determine vendor selection.� Technical Understanding of CUIP goals will help the Government determine that a vendor can perform the work. Understanding of MassDOT goals are necessary to determine that a vendor can perform the work. (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.� The Technical Acceptability factor will be rated at the Factor level using the adjectival definitions below. The individual elements will not be rated, but the Government�s evaluation of the elements, individually or collectively, will affect whether a quotation is rated Acceptable or Unacceptable. � Experience is a Technical Acceptability element. Please provide documentation demonstrating your capabilities in fulfilling the SOW as outlined above under Factor 1, Technical Acceptability Submission. � Adherence to Schedule is a Technical Acceptability element. Potential vendors in their submissions shall identify their capability to meet to period of performance: 05/01/2022- 11/30/2022 Technical Evaluation Ratings: Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined ""Unacceptable"", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as ""Unacceptable� and will no longer be considered for further competition or award. Vendors shall demonstrate their Technical Acceptability by providing the information required under the following two elements: (i) Experience and (ii) Management Approach Experience: Vendors shall submit documentation that demonstrate Technical Understanding of MassDOT and CUIP goals Management Approach: The Offeror shall provide a management approach that will successfully accomplish the requirements of the solicitation. Offeror shall provide a management approach that clearly describes the management controls, techniques and procedures that will be used to ensure required work is performed in a timely, responsive, professional and efficient manner. Offeror�s Management Approach shall include a staffing plan that demonstrates their understanding of the skill sets required to successfully accomplish the requirements set forth in the RFQ. (2) PRICE The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of lowest price technically acceptable. Price Quotes shall be held firm for thirty (30) days. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts.� Failure to submit the requested information may result in disqualification of the submitted quote. (3) PAST PERFORMANCE In order to facilitate the Government�s evaluation of this factor, the Offeror shall provide information on no more than three (3) previous contracts whose effort was relevant to the effort required by this proposal. Evaluation will focus only on work experience already performed. Yet-to-be performed work and experience prior to the last five (5) years will not be considered. Offeror�s may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this proposal. Relevant past performance for proposed subcontractor(s) may be submitted. The information must be clear whether the work by the Offeror was done as a prime contractor or a subcontractor. The following minimum information shall be provided within the contractor submitted references: � Contract Number/Delivery Order Number Contract Type Annual Contract Cost Description of Work Valid Name, Phone Number and E-mail Address of Contracting Officer and Contracting Officer's Representative/Task Order Manager In the description of work, Offerors should provide a detailed explanation demonstrating the similarity of the contracts in terms of scope and magnitude, to the requirements of the RFQ for purposes of the relevancy. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to kayla.kuta@dot.gov.� Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms.� Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than April 15th, 2022 at 5:00 PM EST. 52.202-1 ������������ Definitions 52.203-5 ������������ Covenant Against Contingent Fees 52.203-7 ������������ Anti-Kickback Procedures 52.203-11����������� Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12����������� Limitation on Payments to Influence Certain Federal Transactions 52.203-18 ���������� Prohibition on Contracting With Entities That Require Certain Internal Confidentiality ���������������������������� Agreements or Statements 52.204-7������������� System for Award Management 52.204-8������������� Annual Representations and Certifications 52.204-9 ������������ Personal Identity Verification of Contractor Personnel 52.204-10����������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13����������� System for Award Management Maintenance 52.204-16 ���������� Commercial and Government Entity Code Reporting 52.204-17����������� Ownership or Control of Offeror 52.204-18 ���������� Commercial and Government Entity Code Maintenance 52.204-19 ���������� Incorporation by Reference of Representations and Certifications. 52.204-20����������� Predecessor of Offeror 52.204-21 ���������� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���������� Alternative Line Item Proposal 52.204-23 ���������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-24 ���������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 ���������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26����������� Covered Telecommunications Equipment or Services Representation 52.209-2������������� Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6������������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 ���������� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11����������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony ���������������������������� Conviction under any Federal Law 52.211-14 ���������� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.212-1������ ����� Instructions to Offerors-Commercial Items 52.212-2 ������������ Evaluation--Commercial Items 52.212-3 ������������ Offeror Representations and Certifications--Commercial Items 52.212-4 ������������ Contract Terms and Conditions--Commercial Items 52.212-5 ������������ Contract Terms and Conditions Required To Implement Statutes or Executive Orders� ���������������������������� Commercial Items 52.219-1 ������������ Small Business Program Representations 52.219-6 ������������ Notice of Total Small Business Set-Aside 52.219-28 ���������� Post-Award Small Business Program Representation 52.222-3������������� Convict Labor 52.222-19����������� Child Labor�Cooperation with Authorities and Remedies 52.222-21����������� Prohibition of Segregated Facilities 52.222-22����������� Previous Contracts and Compliance Reports 52.222-25����������� Affirmative Action Compliance 52.222-26����������� Equal Opportunity 52.222-36����������� Equal Opportunity for Workers with Disabilities 52.222-50����������� Combating Trafficking in Persons 52.223-6������������� Drug-Free Workplace 52.223-18����������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13����������� Restrictions on Certain Foreign Purchases 52.232-8������������� Discounts for Prompt Payment 52.232-33����������� Payment by Electronic Funds Transfer�System for Award Management 52.232-39 ���������� Unenforceability of Unauthorized Obligations 52.232-40����������� Providing Accelerated Payments to Small Business Subcontractors 52.233-1������������� Disputes 52.233-3 ������������ Protest after Award 52.233-4������������� Applicable Law for Breach of Contract Claim 52.237-2 ������������ Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 ���������� Stop-Work Order 52.246-4������������� Inspection of Services�Fixed Price 52.247-34 ���������� F.O.B. Destination 52.248-1 ������������ Value Engineering 52.252-1 ������������ Solicitation Provisions Incorporated By Reference 52.252-2 ������������ Clauses Incorporated By Reference 52.252-5������������� Authorized Deviations in Provisions 52.252-6������������� Authorized Deviations in Clauses The offer should be addressed to the following:� U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Kayla Kuta, V-222, 55 Broadway, Cambridge, MA 02142.�� The signed offer must be submitted via e-mail to the contracting officer Kayla.Kuta@Dot.gov .� The time for receipt of offers is 5:00 PM Eastern Time April 15, 2022.� No telephone requests will be honored.� The Government will not pay for any information received. The Government intends to award a firm fixed price purchase order as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f89da83ce7e45b69673ce52235d4753/view)
- Place of Performance
- Address: Cambridge, MA 02142, USA
- Zip Code: 02142
- Country: USA
- Zip Code: 02142
- Record
- SN06290854-F 20220408/220406230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |