SOLICITATION NOTICE
R -- Intelligent Transportation System (ITS) Applications in the Port Planning & Investment Toolkit - Attachment No. 00001
- Notice Date
- 12/12/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813910
— Business Associations
- 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
- 6913G618Q300017
- Archive Date
- 3/29/2018
- 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
- Attachment No. 0001 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G618Q300017 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-96, effective November 6, 2017. The NAICS Code is 813910; the Small Business size standard is $7.5 M. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, Massachusetts, intends to solicit and award a firm fixed price purchase order to The American Association of Port Authorities, Alexandria, VA under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The objective of this requirement is to produce products that will assist ports in the planning, funding, and deployment of Intelligent Transportation System (ITS) applications, in accordance with the Statement of Work (SOW) below. U.S Department of Transportation Volpe National Transportation Systems Center ITS Applications in the Port Planning & Investment Toolkit STATEMENT OF WORK INTRODUCTION In 2013, the United States Department of Transportation's Maritime Administration (MARAD) and the American Association of Port Authorities (AAPA) partnered to develop a Port Planning and Investment Toolkit (PP&IT). The PP&IT looks at planning, vetting, and funding port infrastructure, with a focus on physical infrastructure projects. The document is split into a User's Guide, three modules: Planning, Feasibility, and Funding; Appendices, a Resource Catalog and a Port Concession Evaluation Model. The three modules, running between 18 and 51 pages each, provide practical advice on developing specific investment-grade projects (as opposed to strategic planning). The cumulative PP&IT was completed in early-2017, with the initial Funding Strategy Module finalized in October 2014. The PP&IT is located on the MARAD website at https://www.marad.dot.gov/ports/strongports/port-planning-and-investment-toolkit/: • Planning Module: This module provides guidance to the user when beginning to identify factors that must be addressed when planning a potential port project. This module provides clearly defined steps and requirements of the planning process needed for successfully financing a project. • Feasibility Module: This module addresses the process of refining a project plan by considering all aspects of cost, risk, and reward. This module includes approaches for measuring and evaluating the benefits and costs of project alternatives created during the planning stage. • Funding Strategy Module: This module is aimed at helping U.S. port authorities plan and pay for critical infrastructure projects. Before ports make any large investment decisions or can get local, state, federal and private partners on board in support of repairs and upgrades, a funding strategy must be outlined that defines the port's objectives, strategies and timelines for finding specific forms of investment and delivery. The Funding Strategy module guides careful evaluation and planning to determine the best approach for investment strategies that will get attention and garner support. Port authorities are being challenged to fund costly modern intermodal freight projects that require engagement with new and expanded casts of public and private partners. In order to help solve these project investment challenges, MARAD and AAPA brought together experts from around the port industry to develop an easy-to-read, easy-to-understand, and easy-to-execute Port Planning and Investment Toolkit. The toolkit modules can be used to help ports: • Evaluate port conditions, • Define problems, • Plan thoroughly, • Navigate the preplanning process, • Engage private partners, • Present actionable needs to administrators, • Access available funding, • Complete the project. The PP&IT enables port authorities looking to attract public and/or private capital to fund their infrastructure projects to consult the toolkit to develop investment-quality infrastructure development plans. The toolkit includes, among other things: guidance on writing grant applications, methods to analyze a project's economic benefits, and examples of best practices. The toolkit contains tools to assist ports in obtaining funding in a variety of ways, including but not limited to: (1) improve the chances of getting port infrastructure projects in metropolitan planning organization and state transportation plans in order to better compete for funding; (2) better position port projects for federal funding such as Transportation Investment Generating Economic Recovery (TIGER) grants; and (3) assist ports in obtaining private sector funding. By providing ports with guidance on how to clearly identify their future needs and proposing the most cost-effective, sustainable and efficient solutions for their projects, the result should be an ‘investment grade' plan that helps develop needed infrastructure and facilities. Based on the Volpe National Transportation Systems Center's (Volpe Center) previous work on freight and port planning and ongoing work on Intelligent Transportation System (ITS) training and education, the ITS Joint Programs Office (JPO) and MARAD have asked the Volpe Center to coordinate the integration of ITS solutions into the PP&IT. OBJECTIVES Since the completion of the PP&IT, MARAD has had discussions with the USDOT's ITS JPO on how to get the port authorities to increase their application of ITS solutions to address congestion and other transportation network challenges. The Volpe Center has played a vital role in these discussions. MARAD, ITS JPO, and the Volpe Center have agreed that the toolkit should be expanded to include an additional module on planning and deploying ITS applications. The objective of this PR is to produce products that will assist ports in the planning, funding, and deployment of ITS applications. GOVERNMENT FURNISHED INFORMATION Key Websites / References a) MARAD StrongPorts website housing the Port Planning and Investment Toolkit: https://www.marad.dot.gov/ports/strongports/port-planning-and-investment-toolkit/ b) Slide Presentation the Port Planning and Investment Toolkit: http://aapa.files.cms- plus.com/SeminarPresentations/2016Seminars/2016InfrastructureDevelopmentFinancing/BLAIR%20GARCIA%20&%20DAVID%20MILLER.pdf c) ITS Professional Capacity Building (PCB) Program website: https://www.pcb.its.dot.gov/ d) ITS Joint Program Office website: https://www.its.dot.gov/ e) USDOT Volpe Center website: https://www.volpe.dot.gov/ TASKS Task 1: Toolkit Module This task will result in a Port Planning for ITS Investments Toolkit module. The Contractor shall develop a full Port ITS module designed to help ports in planning and deploying ITS applications to solve the challenges facing them. This module is to be integrated into the full PP&IT. The ITS toolkit module should be organized into four sections that essentially mirrors the existing PP&IT document: (1) planning, (2) feasibility, (3) funding, and (4) deployment. Emphasis will be placed on the on the planning and deployment sections. Once completed, the Port ITS module will describe the uses of ITS, design and costs of ITS applications (planning); necessary partnerships and user frameworks; best practices; dedicated sources of funding for ITS (including programs that fund both hard infrastructure and ITS); and instructions for deploying ITS applications. Relevant case studies formatted similar to those already listed in the appendices of the PP&IT will also be included in the Port Planning for ITS Investments Toolkit module. The goal of this document is to expand port participation in ITS technology deployments throughout the country. It is projected that the full Port ITS module will be between 25 and 50 pages in length. The target audience for the Toolkit Modules (this Port ITS module and the three existing PP&IT modules) includes port planning practitioners and other port personnel needing to develop a port investment plan, port authorities, port terminals, MPOs, and State DOTs throughout the United States. Each Toolkit Module must present technical information in a way that is understandable and useful to experts and non-experts within the list of the target audience. The Contractor must provide all materials for the final Port Planning for ITS Investments Toolkit Modules in editable formats, including editable versions of all original tables, figures, and any other graphics or electronic versions created for the Port Planning for ITS Investments Toolkit Modules. Deliverables for Task 1: The Contractor shall provide the following materials/documents under this task - 1) Conceptual outline of module 2) Draft Port Planning for ITS Investments module 3) Final Port Planning for ITS Investments module. All Task 1 work will conclude within 12 months of work start. Task 2: Toolkit Integration This task will result in the integration of select text and graphics from the Port Planning for ITS Investments Toolkit module into the existing PP&IT. The PP&IT was envisioned to be a living document and as such its chapters are to be updated as new information and guidance is developed. As part of this effort, the Contractor, as author of the Port Planning for ITS Investments Toolkit, shall incorporate appropriate material from the ITS module (#1 above) into the existing PP&IT chapters, including the appendices and other foundational sections (preface, table of contents, introduction, etc.) that fit into the flow of the PP&IT document. Deliverables for Task 2: The Contractor shall provide the following materials/documents under this task - 1) Summary document of Task #1 from which the material will be distributed to the various PP&IT modules 2) Draft update of PP&IT modules 3) Draft Revised PP&IT foundational sections - Preface, Table of Contents, Appendices, Exhibits and Introduction to reflect the new module 4) Final update of PP&IT modules 5) Final Revised PP&IT foundational sections - Preface, Table of Contents, Appendices, Exhibits and Introduction to reflect the new module. All Task 2 work will conclude within 14 months of work start. Task 3: ITS ePrimer Chapter This task will result in the creation of new Port ITS chapter (chapter 15) on the ITS ePrimer, housed on the ITS Professional Capacity Building (PCB) Program (https://www.pcb.its.dot.gov/) website. The ITS PCB Program has created a very successful 14-chapter ITS ePrimer. The ITS ePrimer (https://www.pcb.its.dot.gov/eprimer.aspx) provides transportation professionals with fundamental concepts and practices related to ITS technologies. This online resource can help practicing professionals and students better understand how ITS is integrated into the planning, design, deployment, and operations of surface transportation systems. The ITS ePrimer is both a stand-alone reference document for the practitioner as well as a text for education and training programs to utilize. The Port ITS subject has not been covered within the existing chapters (modules) and could generate the use of this online resource by a new audience. It is anticipated that the Contractor will adapt much of the select material being used from the Port Planning for ITS Investments Toolkit module for the much shorter (8-15 page) Port ITS ePrimer chapter. Therefore, this should not be seen as an extensive task. The ITS PCB Program team at the USDOT Volpe Center will assist the author in the creation of this ePrimer chapter, primarily in formatting and web posting. Deliverables for Task 3: The Contractor shall provide the following materials/documents or activities under this task - 1) Assessment of the Task 2.1 Summary document to determine what content and format fits ePrimer concept (initial review of content inclusion and formatting concerns; follow up meeting with the Volpe team; second meeting with the full Federal Project Team.) 2) Final Port ITS ePrimer Chapter 15 (to be coordinated with Volpe team). All Task 3 work will conclude within 13 months of work start. Task 4: Webinar This task will result in the promotion and summary of the Port Planning for ITS Investments Toolkit through a public webinar, or other approved open event or method. Every year up to 35,000 individuals access the live or archived Talking Transportation Technology (T3) Webinars (https://www.pcb.its.dot.gov/t3_webinars.aspx) produced by the ITS PCB Program. There are currently almost 150 archived webinars available for the general public to access. These free, 90-minute, interactive online events offer knowledge sharing on topics related to ITS planning, design, procurement, deployment, and operations. The goal of the T3 Webinar Program is to increase the planning and technical capabilities of the ITS workforce, leading to a greater number of integrated, strategic, and effectively-deployed ITS systems. The ITS PCB Program team at the Volpe Center will work with the Contractor to produce a 90-minute webinar that can be both targeted to the port practitioner and open to the general public to learn more of ITS applications in the port environment. This should not be seen as an extensive task, but rather one that provides another channel to disseminate the findings and direction contained in the Port Planning for ITS Investments Toolkit module. Deliverables for Task 4: The Contractor shall provide the following materials/documents or activities under this task, all to be coordinated with the Volpe ITS PCB team - 1) T3 Webinar Planning Meeting 2) T3 Webinar Dry-Run 3) T3 Webinar Live Event 4) Posting of T3 Webinar in ITS PCB Program Archives. All Task 4 work will conclude within 13 months of work start. Task 5: Project Management This task will require that the Contractor shall use project management best practices to track and report project technical progress, deliverable status, financial status, and schedule and document project team meetings. Administration of this Port Planning for ITS Investments Toolkit project requires the Contractor to conduct fiduciary and management responsibilities. This includes ongoing communication with the Government Task Manager (the GTM); attendance at a task kick-off meeting; attendance of any additional meetings necessary to enhance communication; coordination, and effectiveness to perform this task; documenting key points of any vital task meeting; and reporting of the project status at select intervals. After the initial kick-off, the Contractor will meet with the Project Manager/Task Order POC and other members of the Project Team to discuss the goals and objectives of the project, and determine a method to decide on the components to be covered in the Port Planning for ITS Investments Toolkit module. The Contractor and Project Team will discuss the type of information the typical Toolkit user may want and need in the modules, as well as how that content could be best presented. Deliverables for Task 5: The Contractor shall provide the following materials/documents or activities under this task - 1) Project Kick-Off Meeting (scheduling, attendance, and notes) 2) Task Team Meetings (scheduling, attendance, and notes) 3) Monthly status report to the COR and the ITS PCB Program Manager 4) Present materials at consolidated meeting of MARAD, ITS JPO, Volpe Center in Washington, DC All Task 5 work will conclude within 14 months of work start. Travel As part of Task 5, travel will be required to participate in team meetings and present the materials at a consolidated meeting of MARAD, ITS JPO and Volpe Center representatives (three (3) meetings in Washington, DC). All travel performed under this Purchase Order must be approved by the COR and shall be performed in accordance with Federal Travel Regulations (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the time of travel as set forth in the FTR. In accordance with Federal Acquisition Regulation (FAR) Subpart 31.205-46, a written justification must be provided to the COR for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of the receipts for expenses) in the following categories: 1.) Airline Tickets (commercial rates) 2.) Hotel Expenses (Government rates unless pre-approved by the COR) 3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00) Food and other miscellaneous expenses will be reimbursed at the prevailing FTR reimbursement rates. Total travel costs for this project support to the Volpe Center shall not exceed $5,000. Please see Attachment No. 1 for the Deliverables Schedule. PRICING The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. The Offeror's price quotation shall include a firm fixed price for each CLIN identified below and the total firm fixed price for CLINS 0100-0600. CLIN 0100 - Task 1, Port Planning for ITS Investment Toolkit Module $_________________ CLIN 0200 - Task 2, Integration of Select Material Planning for ITS Investments Toolkit Module into Existing Port Planning and Investment Toolkit (PP&IT) $__________________ CLIN 0300 - Task 3, ITS ePrimer Chapter 15 - Port ITS $__________________ CLIN 0400 - Task 4, Port Planning for ITS Investments $__________________ Toolkit T3 Webinar CLIN 0500 - Task 5, Project Administration $__________________ CLIN 0600 - Travel for Tasks 1-5, Not to Exceed $5,000 Total Price of CLINs 0100 through 0600: $ ___________________ PERIOD OF PERFORMANCE The period of performance will be from date of award to September 30, 2017. INSTRUCTIONS TO OFFERORS FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. 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.acquisition.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 52.212-2 Evaluation - Commercial Items is incorporated by reference, and award will be made on a sole source basis after establishing that the proposal/quote is technically acceptable with a fair and reasonable price. 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: 52-209-6, 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, 52.225-1, 52.232-33 and 52.232-40. These references may be viewed at www.acquisition.gov/far. A 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 Marino, V-222, 55 Broadway, Cambridge, MA 02142. The time for receipt of offers is 3:00 PM Eastern Time on December 26, 2017. No telephone requests will be honored. The Government will not pay for any information received. The following FAR Clauses and Deviations also apply: FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR 52.203-99 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (DEVIATION 2015-02) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with 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 contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause 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. (d) (1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/63bb9cc0f71203438c07f954cf61b6b4)
- Record
- SN04764881-W 20171214/171212231531-63bb9cc0f71203438c07f954cf61b6b4 (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 |