Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOLICITATION NOTICE

R -- White Papers on Air Quality and Climate Impacts of Aviation - Statement of Work

Notice Date
8/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715Q80082
 
Archive Date
12/1/2015
 
Point of Contact
Darcy J. Hubbard, Phone: 6174943816
 
E-Mail Address
Darcy.Hubbard@dot.gov
(Darcy.Hubbard@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Description The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, Massachusetts, is developing two White Papers on Air Quality and Climate Impacts of Aviation. This procurement will enlist contract support in the development of these White Papers, which will contribute to joint Volpe Center and Federal Aviation Administration (FAA) projects. The Government intends to award a Firm Fixed-Price Purchase Order on a sole source basis to Aerodyne Research, Inc. (ARI) in Billerica, Massachusetts. This is a sole source 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80082 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FA R Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-83, effective August 03, 2015. The NAICS Code is 541620; the Small Business size standard is $14.0 M. This procurement is a 100% small business set-aside. Notice: Interested firms must submit a written capability statement to the above named point of contact providing clear and convincing evidence of the firms' capability to provide the required services. Written capability statements must be submitted within ten (10) calendar days from the date of publication of this synopsis. Responses received after ten (10) calendar days or without the required documentation will be considered non-responsive and will not be considered. Such documentation will be utilized solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. The Government will not pay for any documentation provided in response to this synopsis and documentation received will not be returned to the sender. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses received to the synopsis, is solely within the discretion of the Government. Telephone calls made in place of the required documentation will not be accepted. Statement of Work (SOW) - Attached Pricing: The Offeror shall provide pricing for the following Contract Line Item Numbers (CLINs) in accordance with the attached SOW: CLIN 0100 - White Papers on Air Quality and Climate Impacts of Aviation. Unit Price $____________________ Total Price $_____________________. CLIN 0200 - Travel (Not to Exceed $1,500.00) to Rolla, Missouri, to attend the Committee for Aviation Environmental Protection (CAEP) Meeting. Unit Price $1,500.00 Total Price $1,500.00 CLIN 0300 - Travel (Not to Exceed $3,500.00) to Montreal, Canada to attend the CAEP Meeting. Unit Price $3,500.00 Total Price $3,500.00 Total Price of CLINs 0100 through 0300 $ ______________. INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. An award will be made to the offeror whose offer is considered to be the lowest price. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. 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 is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-15, 52.223-18, and 52.232-33. These references may be viewed at www.acquisition.gov/far. The signed offer must be submitted electronically via e-mail to Darcy.Hubbard@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Darcy Hubbard, V-222, 55 Broadway, Cambridge, MA 02142. The time for receipt of offers is 1:00 PM Eastern Time on 08/31/2015. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: 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. The following FAR provision is incorporated by full text: FAR 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9626e8cc63fdcb83cdc621ff6de9c4ab)
 
Record
SN03849738-W 20150823/150821235226-9626e8cc63fdcb83cdc621ff6de9c4ab (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.