Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2023 SAM #7848
SOLICITATION NOTICE

R -- Waybill Sampling

Notice Date
5/22/2023 11:23:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
693JJ6 FEDERAL RAILROAD ADMIN WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JJ623R000002
 
Response Due
6/8/2023 10:00:00 AM
 
Archive Date
06/23/2023
 
Point of Contact
Veronica Dorsey, Isaac Rosier
 
E-Mail Address
Veronica.Dorsey@dot.gov, isaac.rosier@dot.gov
(Veronica.Dorsey@dot.gov, isaac.rosier@dot.gov)
 
Description
RFP for FRA Waybill Sampling Solicitation # 693JJ623R000002 Page 1 of 3 Combined Synopsis/Solicitation for FRA�s Waybill Sampling Requirement The Federal Railroad Administration (FRA) has a requirement for services for Waybill Sampling, and is soliciting offers from contractors with the expertise necessary to build the Government a complete, accurate and confidential Master Waybill File and Public Use File. The attached Statement of Work (SOW) (Attachment 1) separates the required tasks into two distinct phases. In first phase, the contractor shall collect and process waybill data from the railroads; draw the sample for certain railroads and edit and correct waybill data. The contractor shall provide this information to the Government on a monthly/quarterly/annual basis so that the Government can monitor the data for errors and obtain resolution prior to the completion phase one of the Master Waybill File. In phase two, the contractor takes the Master Waybill File and computes the mileage for specific movements and makes additional modifications to the waybill file so that it is useable to the Government and other users. If interested in providing these services, please provide a proposal in accordance with the attached SOW. The FRA intends to award a Firm-Fixed-Price purchase order for a base period and three option periods. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the following: ? Federal Acquisition Regulation (FAR) Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items), and under the authority of FAR Subpart 13.5 (Simplified Procedures for Certain Commercial Items); 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. (ii) This solicitation number is 693JJ623R000002 and this solicitation is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) Code for this procurement is 518210 �Data Processing, Hosting and Related Services� with a Small Business Administration (SBA) size standard of $32.5 million dollars. RFP for FRA Waybill Sampling Solicitation # 693JJ623R000002 Page 2 of 3 (v) A Firm-Fixed-Price shall be proposed for each phase, all periods, and the total. If the contractor is proposing for only one of the phases, state �N/A� for the phase not proposed. (vi) FRA requires services for Waybill Sampling as specified in the SOW. (vii) Services shall be provided in the format specified in the SOW to the Contracting Officer Representative (COR) located in FRA headquarters in Washington, D.C., and to the POC at the Surface Transportation Board (STB) specified on the SOW. The following provisions and clauses are incorporated by reference. The full text is available at: https://www.acquisition.gov (viii) The provision at 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. Interested vendors shall prepare their quotation in accordance with the attached �Instructions to Offerors� (Attachment 2) and SOW. (ix) The provision at 52.212-2, Evaluation�Commercial Items is applicable. See Attachment 2 for details. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition and the FAR clauses cited in the clause that are applicable to the acquisition are in Attachment 3. (xiii) Additional terms and conditions: ? FAR 52.204-7 System for Award Management (Oct 2018) ? FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) ? FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) ? Transportation Acquisition Regulations (TAR) 1252.233-73 Seat Belt Use Policies and Program (APR 2005) RFP for FRA Waybill Sampling Solicitation # 693JJ623R000002 Page 3 of 3 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) � Not Applicable. (xv) Questions are due by 12:00 Noon Eastern Time, Friday, June 2, 2023. Proposals are due by 1:00PM PM Eastern Time, Thursday, June 8, 2023. Both questions and proposals shall be submitted via email to Veronica. Dorsey at Veronica.Dorsey@dot.gov. (xvi) No telephone inquiries will be accepted. See above for contact information. Potential Offerors must be registered in the System for Awards Management (SAM) and as well as have a current registration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc1a24f72c974e98b3919dfd74f8e1af/view)
 
Place of Performance
Address: Washington, DC 20590, USA
Zip Code: 20590
Country: USA
 
Record
SN06690245-F 20230524/230522230111 (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 |
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.