Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOLICITATION NOTICE

X -- Leasing Land at Enterprise Holdings Inc.

Notice Date
2/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-Q-80051
 
Archive Date
5/10/2010
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a non-competitive 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. Solicitation No. DTRT57-10-Q-80051 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38. The NAICS Code is 531120 and the Small Business size standard is $6.0M. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award a Firm Fixed-Price Purchase Order on a Non-competitive basis with Enterprise Holdings, Inc., Burlingame, CA. The Volpe National Transportation Systems Center (Volpe Center) has a requirement to lease three parking spaces from the Enterprise Care Rental Company in order set up a Light Detection and Ranging (LIDAR) sensor needed to conduct wake turbulence measurements at San Francisco International Airport (SFO), in accordance with the following Statement of Work. Statement of Work (Begin) BACKGROUND The Volpe Center is to lease three parking spaces from the Enterprise Car Rental Company located on 1333 Bayshore Highway, Burlingame, CA, in order to set up a Light Detection and Ranging (LIDAR) sensor needed to conduct wake turbulence measurements at San Francisco International Airport (SFO). The Volpe Center is given the responsibility by the Federal Aviation Administration (FAA) to collect, process and analyze wake turbulence data to support the designs of wake mitigation solutions for its NextGen effort. Currently 75 percent of the FAA wake turbulence program funding is from the NextGen office, and it is anticipated that in FY11, the funding profile will be 100 percent from NextGen. One of the NextGen deliverables required of the FAA in FY10 is to study the feasibility of dependent approaches for Closely Spaced Parallel Runway operations under Instrument Meteorological Conditions involving Heavy and B757 aircraft. The envisioned procedure is termed WTMA, which stands for Wake Turbulence Mitigation for Arrivals. WTMA is considered a key enabling piece towards the realization of NextGen. The objective of the Volpe Center's LIDAR deployment at SFO is to collect wake vortex measurements off Heavy and B757 aircraft in support of the FAA's WTMA procedural study. These types of aircraft typically fly to major international routes and SFO is one of the few locations in the United States with significant number of Heavy and B757 class aircraft operations. The study also requires measurements of vortices generated between 150-200 feet altitude range. This means a candidate test site should be somewhere between 3860 ft to 4800 feet from the runway threshold. For SFO, this technical specification means we are restricting our search in the city of Burlingame, CA, between 1200 to 1333 Bayshore Highway. Ideally, the LIDAR would be deployed sometime between February 22, 2010 and February 28, 2010 to ensure a timely removal of the system from its current location. REQUIREMENTS The vendor shall provide the Volpe Center an area of the equivalent to three parking spaces to host a trailer carrying the pulsed lidar sensor in the form of a lease. The vendor shall ensure the immediate area between the Lidar and the bay is in its natural un-obstructed state. Volpe Center personnel and contractors shall be allowed access to the site to perform other installation related and maintenance tasks with a minimum of one day advanced notice. PERIOD OF PERFORMANCE One year from Date of Award, with an option for an additional year. Statement of Work (End) Proposal Pricing: The Contractor shall provide a proposal on the following items. Please provide the most current Lease Agreement with your proposal. CLIN 0001 - Lease of Land for 1 year, in accordance with the SOW above, Quantity: 1 YR, Total Price tiny_mce_marker__________; CLIN 0002 - Optional Line Item - Lease of Land for 1 additional year, Quantity: 1 YR tiny_mce_marker__________. The signed offer must be submitted electronically, via email to Karen.Marino@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen M. Marino, RVP-32, 55 Broadway, Cambridge, MA 02142 no later than 2:00 P.M. EST on February 10, 2010. The following FAR clauses and provisions are incorporated by reference (IBR) into the solicitation and the resulting purchase order, with addenda as indicated. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, the Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov; 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 are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.223-15, 52.223-16, 52.232-30, 52.232-33, and 52.222-41. FAR Clause 52.217-9, Option to Extend the Term of the Contract also applies to this RFQ. These references may be viewed at www.arnet.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. 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/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80051/listing.html)
 
Record
SN02058550-W 20100206/100205000043-ba68189f3c21d717a8fae755039ac525 (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.