Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
MODIFICATION

A -- Behavioral Safety Research for Traffic Safety - Response to Questions

Notice Date
6/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH22-10-R-00323
 
Archive Date
7/30/2010
 
Point of Contact
Wendell V. Crowder, Phone: 202-366-5456
 
E-Mail Address
wendell.crowder@dot.gov
(wendell.crowder@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Questions for DTNH-10-R-00323 Listed are copies all questions that where sent in before the 6/21/2010 deadline. Cambridge Systematics, Inc. is in receipt of the National Highway Traffic Safety Administration (NHTSA) request for proposals (RFP) for Behavioral Safety Research for Traffic Safety, Solicitation # DTNH22-10-R-00323. In relation to this RFP, we have the following questions: •1. We cannot access the following websites provided as links in the RFP. Are both of these links still active and accessible? •a. Section H.5.1 http://communities.dot.gov/ia/iapolicies.htm •b. Section I.1 http://www.arnet.gov/far •A. Both sites were checked on 6/23/2010, they appear to be working. •2. Q. Multiple sections of the RFP (Section L.5, L.6.1) refer to Standard Form 33. We see no Standard Form 33 in the RFP. •A. The SF-33 begins the solicitation (pages 1-2) •3. Section L.5 states that "Offerors shall acknowledge receipt of amendments, if any, to the Solicitation." Per our question number 2, where should we acknowledge receipt of amendments? •A. Send e-mail to the contract specialist. •4. Should Standard Form 33, Section K, and Conflict of Interest statements be completed for each Lot we are proposing on? •A. Yes •5. Should Section K and the Conflict of Interest statement be bound into each proposal, or unbound? •A. Should be bound to each proposal •6. Are we required to fill out the form in G.8.2 "Key Personnel"? If so, should we include the form in our proposal for each Lot? •A. Yes •7. Section L.6.3. states that "The Business Management Proposal consists of three parts:...", then lists 'a.' and 'b.' Is there a section 'c.' that was omitted? A. C should read as follows "Technical Approach for Project Completion (See Solicitation Section M, Evaluation Factors for Award, Paragraph M.2.1 ) The offeror must demonstrate its technical approach and ability to conduct task orders that might be issued under the resultant contract". •8. On pages 45-46 of the RFP, we are required to submit certain disclosures. The language seems to contemplate that we have to disclose all contracts within the last year with entities that are regulated by NHTSA or "with an organization whose interests may be substantially affected by NHTSA activities." We would appreciate further guidance as to what type of organizations should be disclosed. For example, should we disclose work with state Departments of Transportation? •A. Yes •9. Each Lot includes 11 individual labor categories. Is there a minimum or maximum number of staff members that we can propose per individual labor category? •A. There is no limit on labor categories', use as many as you deem necessary. Battelle is submitting the below questions regarding the referenced RFP: •1. Page 72 of the RFP: Section L.6.3: Business Management Proposal: the RFP states the Business Management Proposal consists of three parts - (a) Price Schedules and (b) Support Documentation for ODC Indirect Costs. Is there a third part ? •2. Page 2 of 90: States: Delivery: 9/30/2010: Is this the anticipated start date for the period of performance If not, what is the anticipated start date ? •A. That's the desired date but it's not in stone, we will begin as contracts are awarded. On the back of the SF1449 form, regarding funding, we just want to make sure that no dollars are required to be submitted on this proposal. Although, it states, no money is needed to conduct any of the hypothetical tasks this year, that each firm will need $2500 to start their contract, if awarded. Are we required to propose a budget for $2500? Can you please clarify for us? •A. There are no requirement for in-kind monies. Battelle is submitting the below question for clarification: Neither the instructions for the technical proposal (L.6.2) nor the evaluation factors (M.2) make mention of proposal subsections corresponding to: (1) corporate facilities and equipment or (2) project management procedures. Does NHTSA expect proposals to address these topics? •A. You should address the topics listed in the solicitation Can you please advise as to whether there is an incumbent contractor for this requirement? If so, could you please provide the contractor name and the contract number that was awarded? •A. This was a multiple award contract with at least 11 vendors. FBO indicates that it is 8(a) competitive but the solicitation does not. Is this a competitive 8(a) procurement? •A. This procurement will be full and open On page 15 of the RFP, Lot B Option Period I, the CLIN numbers jump from 4033 to 4035. Please let us know if NHTSA would like us to renumber Lot B Option Period I to include CLIN number 4034 continuing through 4052 since CLIN numbers in Lot C Optional Period I begin with 4053 on Page 20 of the RFP. •A. The numbers listed in the proposal are just examples, if renumbering the schedule helps, please do so. Also on pages 14-15 of the RFP, Lot B, Base Period III, and Lot B Option Period I are both numbered B.5.8. Please let us know if NHTSA would like us to change Lot B Option Period I to B.5.9 and continue throughout the rest of the Base and Optional Periods for Lots B, C, and D ending with B.5.20 for Lot D Optional Period II, or submit as is with duplicate numbering for B.5.8. •A. Please address each section and number them as you see fit. Please make sure you address each section.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-10-R-00323/listing.html)
 
Place of Performance
Address: 1200 New Jersey Avenue, Washington DC 20950, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02193208-W 20100702/100630235419-90ac9c74a0780cde370b88f2e1178c7c (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.