Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1998 PSA#2201

55 Broadway; Cambridge, MA 02142

B -- NATIONAL VEHICLE POPULATION PROFILE SOL DTRS57-99-R-00003 DUE 102698 POC Point of Contact -- Julia Kent, Contract Specialist, (617) 494-2440 WEB: Volpe Center Acquisition Division home page, http://www.volpe.dot.gov/procure/index.html. E-MAIL: Contract Specialist, kentj@volpe.dot.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is DTRS57-99-R-00003 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. This solicitation is not a small business set-aside; the standard industrial classification code is 8732 and the small business size standard is $5.0 Million. The Volpe Center needs to obtain automobile and truck registration data. The government intends to awa rd one fixed price contract for a base year with two option years. A list of contract line items number(s) and items, quantities (including options) are: Lot 1-Base Year: Item 1A-1998 National Vehicle Population Profile (NVPP) including data tapes (U.S. and State levels), hard copy reports (U.S. level only), CD-ROMs (State Level only) for domestic, imported cars, and light-duty trucks. Item 1B-1998 National Vehicle Population Profile (NVPP) including hard copy reports (U.S. Level only) and CD-ROMs (State Level only) for domestic cars, imported cars, and light-duty trucks. Item 1C-1997-1998 Polk Make/Model NVPP Conversion Grid on magnetic tape and one hard copy. Item 1D-1998 NVPP guide tape on magnetic tape and one hard copy. Item 1E-1999 National New Car Registration data by model year wit hin Calendar Year. Record to include vehicle identification number, make, model, body style, restraint system, and monthly counts in machine readable magnetic cartridge/tapes and documentation for Calendar Year 1999. Data to be provided in two installments: January-June 1999 and July-December 1999. Item 1F-One additional set of documentation for 1999 National New Car Registrations by model year within Calendar year. Item 1G-1998 TruckIndustry Profile (TIP) in magnetic tape format. Lot 2-Option Year One: Item 2A-1999 National Vehicle Population Profile (NVPP) including data tapes (U.S. and State levels), hard copy reports (U.S. level only), CD-ROMs (State Level only) for -domestic, imported cars, and light-duty trucks. Item 2B-1999 National Vehicle Population Profile (NVPP) including har d copy reports (U.S. Level only) and CD-ROMs (State Level only) for domestic cars, imported cars, and light-duty trucks. Item 2C-1998-1999 Polk Make/Model NVPP Conversion Grid on magnetic tape and one hard copy. Item 2D-1999 NVPP guide tape on magnetic tape and one hard copy. Item 2E-2000 National New Car Registration data by model year within Calendar Year. Record to include vehicle identification number, make, model, body style, restraint system, and monthly counts in machine readable magnetic cartridge/tapes and documentation for Calendar Year 2000. Data to be provided in two installments: January-June 1997 and July-December 2000. Item 2F-One additional set of documentation for 2000 National New Car Registrations by model year within Calendar Year. Item 2G-1999 Truck Industry Profile (TIP) in magnetic tape format. Lot 3-Option Year 2: Item 3A-2000 National Vehicle Population Profile (NVPP) including data tapes (U.S. and State levels), hard copy reports (U.S. level only), CD-ROMs (State Level only) for domestic, imported cars, and light-duty trucks. Item 3B-2000 National Vehicle Population Profile (NVPP) including hard copy reports (U.S. Level only) and CD-ROMs (State Level only) for domestic cars, imported cars, and light-duty trucks. Item 3C-1999-2000 Polk Make/Model NVPP Conversion Grid on magnetic tape and one hard copy. Item 3D-2000 NVPP guide tape on magnetic tape and one hard copy. Item 3E-2001 National New Car Registration data by model year within Calendar Year. Record to include vehicle identification number, make, model, body style, restraint system, and mont hly counts in machine readable magnetic cartridge/tapes and documentation for Calendar Year 2001. Data to be provided in two installments: January-June 1998 and July-December 2001. Item 3F-One additional set of documentation for 2001 National New Car Registrations by model year within Calendar Year. Item 3G-2000 Truck Industry Profile (TIP) in magnetic tape format. (Total CLINs = 21 [Base Year: 7 + 2 Option Years]) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Con tractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Statement of Work: The Contractor shall provide sets of printed reports at the U.S. level only, CD ROMs at the State level only, and data tapes at the U.S. and State levels of the National Vehicle Population Profile (NVPP) for domestic cars, light trucks, and import cars. The data contained in the NVPP contains a count of vehicles (domestic cars, import cars, light trucks) in operation as of July 1 by make (Ford, Volkswagen, etc.), Series (LTD, Camaro, etc.), Body Style (2-door, hardtop, etc.), Engine Size (C.I.D. and number of cylinders), and Year Model. Expanded records include wheel base, curb weight, front wheel drive, transverse engines, restraint system code, automatic brake system, a nd standard tire size. All data shall be provided on 3480 cartridge tapes or CD-ROMs. If provided on cartridge tape, documentation describing the contents of the tapes, record size, and format including indication of the alphabetic or numeric contents of record fields, blocking of records, number files and file structure, existence of labels and tapemarks must be provided. The specifications for the NVPP data are: IBM 3480 compatible cartridge tape, EBCDIC, standard IBM labels, and blocked. The blocking factor should be in even multiples of four (4). End of file markers must be plainly readable and in character mode. Further, the Contractor shall provide the NVPP conversion grid and the NVPP guide tape on magnetic tape and hard copy. The Contractor shall also provide the Trucking Industry Profile (TIP). The TIP data will include information concerning the registrant s type of operation, i.e. private, for-hire, lease/rental, etc. The Contractor shall also provide the National New Car Registration by Model Year within the calendar year. These data will include Vehicle Identification Number, Make, Model, Body Style, Restraint System, and Monthly Counts in machine readable/magnetic cartridge/tapes or CD-ROMs for the calendar year. Data will be provided in two installments: January-June and July-December. Record length, blocking factor, block size, etc. for magnetic tapes will be provided by NHTSA and/or the Volpe Center. Delivery shall be FOB for Items 1A, 1C, 1D, 1E, 1G, 2A, 2C, 2D, 2E, 2G, 3A, 3C, 3D, 3E and 3G to: USDOT/Volpe National Transportation Systems Center; Attn.: M s. Marjorie Saccoccio, DTS-44; Kendall Square; Cambridge, MA 02142. Delivery shall be FOB for Items 1B, 1F, 2B, 2F, 3B and 3F to: USDOT/National Highway Traffic Safety Administration; Attn.: Mr. Marvin Stephens, NRD-32; 400 Seventh Street, SW; Washington, DC 20590. All deliverables for the Base Year (Items 1A through 1G) are due on or before December 30, 1999. All deliverables for the Option Year 1 (Items 2A through 2G) are due on or before December 30, 2000. All deliverables for the Option Year 2 (Items 3A through 3G) are due on or before December 30, 2001. FAR 52.212-1, Instructions to Offerors -- Commercial, is incorporated by reference and applies to this acquisition. As allowed by 52.212-2, Evaluation -- Commercial Items (Oct 1997), (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Thefollowing factors shall be used to evaluate offers (in descending order of importance): (i) Technical capability of the item(s) offered to meet the Government requirement (Certification that the data and reports are in compliance with the specifications posted on the above web site for this procurement.); (ii) Past performance (Three references where stated data/reports have been delivered to other customers); and, (iii) Price. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price f or all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Rep resentations and Certifications -- Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition; additional FAR clauses cited in 52.212-5 that apply to this acquisition are: 1, 3, 6, 7, 8, 9,10,16, and 17. The following FAR Clauses apply to this solicitation are included as addenda: 52.217-9 Option to Extend the Term of this Contract -- For the purposes of this clause, the blanks are completed as follows: (a) within 30 days; and (c) shall not exceed 3 (years) and 52.232-18 Availability of Funds. Additional contract terms and conditions to this procurement are: Type of contr act -- a firm fixed price, definite delivery, definite quantity contract in accordance with FAR Clauses 16.202 and 16.502 shall be awarded; Period of performance of the contract is until December 30, 2001 with Option Years 1 and 2. Two copies of each offer must be delivered to the U.S. Department of Transportation, Volpe National Transportation Systems Center, ATTN: Ms. Julia Kent, Contract Specialist, DTS-852, 55 Broadway, Building 4, Room 195, Kendall Square, Cambridge, MA 02142 no later than 3:00 p.m. EST on October 26, 1998. The package must be marked RFP DTRS57-99-R-00003. FAX questions to Julia Kent at 617/494-3240. The following notice is for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Smal l and DisadvantagedBusiness Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Posted 10/13/98 (D-SN261358). (0286)

Loren Data Corp. http://www.ld.com (SYN# 0010 19981015\B-0003.SOL)


B - Special Studies and Analyses - Not R&D Index Page