SOLICITATION NOTICE
99 -- Geographical Information System (GIS) Upgrade to AEDT/ INM (Computer Models) - Attachment 1 - Attachment 2
- Notice Date
- 1/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- 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
- DTRT57-11-R-20013
- Archive Date
- 3/9/2011
- Point of Contact
- Rachelle Dorleans, Phone: 617-494-2136
- E-Mail Address
-
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Standard Form 1449 This is a 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. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation No. DTRT57-11-R-20013 is issued as a Request for Proposal (RFP). This solicitation is being conducted under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13.5, Test Program for Certain Commercial Items and FAR Part 12, Acquisition of Commercial Items.. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-48 dated December 30, 2010. The NAICS Code is 541512 Computer Systems Design Services and the Small Business size standard is $25.0. This solicitation is a Total Small Business Set-Aside. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire technical support services to maintain a Geographical Information System (GIS) database, convert data from different sources (e.g., global positioning system (GPS) and other formats), manipulate geospatial datasets, and write custom tools to automate GIS processes. The requirement for these services is described in detailed in the attached Statement of Work (SOW) ( Attachment 2, 6 pages in total). The Government intends to award a single Firm Fixed-Price Contract on a competitive basis for this requirement. The Period of Performance for the anticipated contract is from date of award through February 28, 2013 (if all options are exercised). This Request for Proposal (RFP) is a solicitation expected to result in a single award, subject to receipt of an acceptable offer. An award will be made to the source whose proposal, confirming to the solicitation and specifications listed in the SOW (Attachment 2), is determined to offer the best value to the Government. Note: Offerors are required to provide a price for all contract line items (CLINs 0001- 0006AC) listed on the attached Standard 1449, Solicitation/Contract/Order for Commercial Item, and Continuation Sheets, Optional Form 336 (Attachment 1, 5 pages in total). Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit their roposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as a PDF and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 5:00 P.M. Eastern, Thursday, January 20, 2011. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Evaluation of Offers: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Fill ins: Technical understanding and capability of the vendor, as demonstrated by its technical description, to meet the Government requirements is more important than price. An award will be made to the source whose quote, conforming to the solicitation, is determined to offer the best value to the Government in terms of 1) technical proposal; and 2) the lowest proposed price. The Government intends to evaluate proposals and award a firm fixed price contract in accordance with the technical evaluation criteria. It is the Government's intent to award a firm fixed price contract based upon initial offers without entering into discussion or negotiations (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price standpoint, reflecting ANY AVAILABLE DISCOUNTS. The Offeror's technical description will be evaluated in accordance with the three evaluation criteria described below: 1. Technical Capability: The offeror shall provide a description of Offerors approach to each software development task described in the Statement of Work (SOW), including its technical understanding and capability to perform the required work. 2. Staffing: The offeror shall provide resumes for each of the proposed software analysts, including a listing of the software applications each staff member is familiar in. 3. Past Performance: The offeror shall provide a listing of prior experience that is pertinent to the type of software development tasks required in the SOW; Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) must be submitted with the offer;,, 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 paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JULY 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.203-13, 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-18, and 52.232-33. 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 the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(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. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. 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/DTRT57-11-R-20013/listing.html)
- Place of Performance
- Address: 55 Broadway, Cambridge, Massachusetts, 02124, United States
- Zip Code: 02124
- Zip Code: 02124
- Record
- SN02358002-W 20110113/110111234142-58ac168bcc80fbddb7737e5dc4f0ba53 (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 |