Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
SOLICITATION NOTICE

A -- Lead Science Chair for Aviation Climate Change Initiative - Attachment 1:

Notice Date
5/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-R-20022
 
Archive Date
6/19/2010
 
Point of Contact
Stephen A Garanin, Phone: 6174946126, Clay Reherman, Phone: 6174946341
 
E-Mail Address
steve.garanin@dot.gov, Clay.Reherman@dot.gov
(steve.garanin@dot.gov, Clay.Reherman@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement; Lead Science Chair This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. The Contracting Officer is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; FAR Part 15, Contracting by Negotiation; and FAR Part 16.5, Indefinite Delivery Contracts as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, dated May 13, 2010. The applicable North American Industry Classification System (NAICS) code for this requirement is 541712 for which the Small Business size standard is 500 employees. The Volpe National Transportation Systems Center (Volpe Center) is soliciting proposals on a competitive basis for coordination and scientific research in a leadership role in the Volpe Center and Federal Aviation Administration (FAA) Aviation Climate Change Research Initiative (ACCRI). The goal of ACCRI is to improve the scientific understanding and modeling capability to assess aviation climate impacts and reduce key uncertainties associated with these impacts. Toward this goal, ACCRI has established the ACCRI Consortium, a body of FAA and non-FAA funded teams with research focused on aviation climate impacts. The goal of this procurement is to provide a Lead Science Chair that will coordinate the efforts of the ACCRI Consortium, specifically through scientific meetings and reports, as well as perform additional scientific research that will complement the efforts currently underway. ACCRI is a multi-year analysis and research driven program. The requirement for these services is described in detail in the attached Performance Work Statement (PWS) (See ATTACHMENT 1 - Performance Work Statement [8 pages]). The Government intends to award a Firm-Fixed-Price contract on a full and open competitive basis as a result of this synopsis/solicitation, subject to receipt of an acceptable proposal. The period of performance for this contract will be from the date of award (i.e., the effective date) until January 31, 2013. The base period for the contract will be from the date of award through December 31, 2010. Option 1, if exercised, will be January 1, 2011 through December 31, 2011. The Option 1 exercise date will be no later than December 1, 2010 Option 2, if exercised, will be January 1, 2012 through January, 31, 2013. The Option 2 exercise date will be no later than December 1, 2011. Award will be made to the Offeror demonstrating that it provides the best value to the Government based upon technical and price considerations. Instructions to Offerors FAR 52.212-1, Instruction of Offerors-Commercial Item (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. In addition to proposal pricing, Offerors shall submit written proposals which include technical description in sufficient detail to evaluate compliance with the requirements of the solicitation. This technical description shall consist of the following information: Technical Approach Describe the Offeror's approach to the tasks described in the PWS, which demonstrates a technical understanding and capability to perform the required tasks found in the (PWS). The technical content of the proposal is limited to 5 single-sided pages (single spaced, 12 pt Times New Roman font, and 1 inch margins), excluding references. Prior Experience; Supplemental Information The Offeror shall provide past performance information for 1 recent and relevant contract for the same or similar project. Also required is a listing of 10 scientific papers published by the Offeror in the last 5 years. The past performance content is limited to 10 single-sided pages (single spaced, 12 pt Times New Roman font, and 1 inch margins). Staffing The Offeror shall submit a resume for the proposed Lead Science Chair and any other proposed staffing. The resume (s) shall consist of the following: Work experience over the past 10 years and education, including name/city/state of educational institution attended, major and degree obtained. There is no limit to the number of resumes or pages. (single spaced, 12 pt, Times New Roman font, 1 inch margins, and single-sided pages). Price Proposal Offerors shall complete the Price Proposal Schedule below, and submit with the proposal. The price proposal shall include Labor and Travel Costs for each period. CLIN 0001 (Base Period Lead Science Chair for ACCI in accordance with the PWS): CLIN 0001AA (Labor) _____________, CLIN 0001AB (Travel) ___________; CLIN 0002 Option 1, (Period 2 Lead Science Chair for ACCI in accordance with the PWS): CLIN 0002AA (Labor) ____________, CLIN 0002AB (Travel)___________; and CLIN 0003 Option 2, (Period 3 Lead Science Chair for ACCI in accordance with the PWS): CLIN 0003AA (Labor) ______________, CLIN 0003AB (Travel) ______________. Total Price CLINs 0001 through 0003: ___________________. Note: The maximum allowable Travel Expenses are $6,000 per period. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to Steve.Garanin@dot.gov to arrive no later than 4:00 P.M., Eastern Daylight Savings Time, on June 4, 2010. Proposals submitted via facsimile or U.S. Postal Service or any other delivery services are not authorized. Late responses will not be considered. The Government will not pay for any information received. Proposal Evaluation Criteria FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Paragraph (a) fill-ins are as follows: The following factors shall be used to evaluate offers, in order of importance. Each of these criteria is of equal weight, with no single criteria more important than any other in the evaluation process. (1) Technical Approach to PWS tasks, including the following: * Does the proposal cite and briefly discuss the 2008 ACCRI report on The Way Forward Based on the Review of Research Gaps and Priorities, (All proposers are STRONGLY encouraged to read and understand this document.) http://www.dot.gov/ost/m60/ofpp_ethics10_3_07.pdf, as part of the technical approach? * Does the proposal coordinate and link ACCRI funded climate research activities with other domestic and international funded atmospheric and climate research activities? (2) Prior Experience, including the following: *Submitted recent and relevant contract(s) for the same or similar aircraft climate change studies. How do studies relate to PWS? How extensive and in what capacity was the involvement of the proposed resumed individual(s) in the listed contract(s)? *Submitted list of 10 scientific papers related to same or similar aircraft climate change studies published by the Offeror in the last 5 years. Personal participation level of the resumed individual(s) for each paper listed. How are the papers related to the PWS? (3) Staffing * What are the proposed lead science chair's qualifications? Résumé is required to evaluate this sub-criterion. The Offeror must be active and have a publication record in the area of aviation climate change research. * Are any other individual(s) proposed to work on this contract? If so, what are their qualifications, education, work experience, and published works in the field of aviation climate change studies? (4) Price. Solicitation Provisions FAR 52-212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision. Contract Terms and Conditions FAR 52-212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), are hereby incorporated by reference. Subparagraph (u) is hereby added to provide for the implementation of Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, as follows: (u) CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. Driving (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. Text messaging means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as¬--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. (End of clause) FAR 52.212-5, Contact Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010) is hereby incorporated by reference with the following clauses checked: (a)(1 through 3) (b) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders - Commercial Items (FEB 2010). Additional clauses cited in 52.212-5 that apply to this acquisition are: (10, 13, 19, 20, 21, 22, 23, 24, 25, 38, and 41). Other Applicable Clauses: FAR 52.209-7 Information Regarding Responsibility Matters (APR 2010) FAR 52.209-8 Updates of Information Regarding Responsibility Matters (APR 2010) FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989) (The Contracting Officer may exercise the option by written notice to the Contractor no later than within 30 days of the end of the period of performance.) FAR 52.227-14, Rights in Data - General (DEC 2007) ATTENTION: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (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. Maximum line of credit is $750,000 with interest at prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any documents (s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20022/listing.html)
 
Record
SN02153322-W 20100520/100518235610-385354ff139444851ee62fa5a6006c70 (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.