Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2018 FBO #6160
SOLICITATION NOTICE

D -- Subscription Service for Automated Vehicle Ecosystem Information - Statement of Work

Notice Date
10/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related 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
6913G619Q300014
 
Archive Date
1/3/2019
 
Point of Contact
Darcy Hubbard, Phone: 6174943816, Christine L. Guy, Phone: 6174943559
 
E-Mail Address
Darcy.hubbard@dot.gov, christine.guy@dot.gov
(Darcy.hubbard@dot.gov, christine.guy@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Instructions To Offerors Statement of Work 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. 6913G619Q300014 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 2005-100, effective August 22, 2018. This procurement is being solicited under NAICS Code is 518210; the Small Business size standard is $32.50 million. This Combined Synopsis/Solicitation is being issued as a full and open competition. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, requires a subscription service that will provides access to sources of research that will keep USDOT informed on the state of the automated vehicle ecosystem. The sources of research include access to reports and databases. The subscription service will need to allow the Government to receive access to information immediately or soon after ordering. The service will also need to provide regular updates of relevant information. STATEMENT OF WORK / INSTRUCTIONS TO OFFERORS - ATTACHED: REQUIREMENTS: The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation. An Award will be made to the responsible offeror whose proposal/quote meets all the requirements in this Combined Synopsis/Solicitation and is determined to offer the overall best value to the Government in terms of: 1) technical approach and 2) price. The Offeror shall provide a firm fixed price quotation for each CLIN and a total price for CLINS 0100 and 0200, in accordance with the attached Statement of Work, and Terms and Conditions. CLIN 0100 - Access to information on the state of the automated vehicle market (e.g. reports, forecasts, company information, and analysts) Quantity: 5 Licenses Date of Award through 12 Months $________________________ CLIN 0200 - Optional Line Item - Access to information on the state of the automated vehicle market (e.g. reports, forecasts, company information, and analysts) Quantity: 5 Licenses 13th Month through 24 Months $_______________________ TOTAL of CLINS 0100 and 0200: $________________________ NOTICE TO OFFERORS FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in an attachment. 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. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. The Government intends to award a single or multiple purchase order(s) on a firm-fixed price basis as a result of this solicitation, subject to receipt of an acceptable proposal(s). FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.217-5 Evaluation of Options, 52.217-7 Option for Increased Quantity-Separately Priced Line Item, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are 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, 52.223-16, 52.223-18, 52.225-1, 52.225-13 and 52.232-33. Transportation Acquisition Regulation clause TAR 1252.223-73 Seat belt use policies and programs is hereby incorporated by reference. The FAR and TAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far and http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. All questions regarding this solicitation shall be received by the Contracting Officers no later than Thursday, October 11, 2018 at 1:00 pm ET. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, 55 Broadway, Cambridge, MA 02142. ATTN: Darcy Hubbard, V222, and Christine Guy, V222. The signed offer must be submitted via e-mail to Darcy.hubbard@dot.gov and Christine.guy@dot.gov by closing date of Friday, October 12, 2018 at 1:00 p.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about October 22, 2018. The following FAR provision is incorporated by full text: 52.203-98 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS- REPRESENTATION (FEB 2015) (DEVIATION 2015-02) (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) 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) The following FAR clauses are incorporated by full text: 52.203-99 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (DEVIATION 2015-02) 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. The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. 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. (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) 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. (End of clause) 52.217-7 Option for Additional Support Services - Separately Priced Line Item. As prescribed in 17.208(e), insert a clause substantially the same as the following: OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/23dc9ce38f90871f8f2f74014a27b143)
 
Record
SN05114656-W 20181005/181003230822-23dc9ce38f90871f8f2f74014a27b143 (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.