SOLICITATION NOTICE
R -- Development and Engineering support for CARMA 1tenth program * Notice Of Intent to Sole Source *
- Notice Date
- 3/17/2022 6:00:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
- ZIP Code
- 02142
- Solicitation Number
- 6913G622Q3372018
- Response Due
- 3/22/2022 8:59:00 PM
- Archive Date
- 04/06/2022
- Point of Contact
- Christopher Dooley
- E-Mail Address
-
christopher.dooley@dot.gov
(christopher.dooley@dot.gov)
- Description
- Notice Of Intent to Sole Source� The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (DOT/Volpe Center) Cambridge, MA, intends to solicit and award a sole source purchase order to Open-Source Robotics Foundation inc., in accordance with FAR 13.106-1(b). Responsible parties, who believe they can adequacy provide the services found within this combined synopsis please respond to the Government POC by 11:59 PM Eastern Time March 22, 2022. Responses shall include contractors capabilities clearly of advanced knowledge of the CARMA platform, the Robotic Operating System 2 (ROS2), scaled-down automation, vehicle dynamics, robotic cooperation, high-definition maps, and Linux architecture as outlined in accordance with the statement of Work. Combined Synopsis/Solicitation 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. 6913G622Q3372018 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 2022-04, effective 01/30/2022. �The NAICS Code is 541990; the Small Business size standard is $16.5 million. � The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) Cambridge, MA, in support of the US DOT Federal Highway Administration, intends to solicit and award a sole source purchase order to Open-Source Robotics Foundation inc, in accordance with FAR 13.106(b). The Volpe Center has a requirement for engineering support to the Volpe Center�s CARMA 1tenth program. The goal of this is to ensure successful porting of the ROS2-Foxy-based CARMA platform to the 1tenth hardware platform and demonstration of its success in accordance with the tasks described in the attached Statement of Work (SOW). This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached).� An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov.� If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.� All Contractors must be registered in SAM in order to receive an award from a DOT Agency.� 52.203-11������������ Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12������������ Limitation on Payments to Influence Certain Federal Transactions 52.204-7��������������� System for Award Management 52.204-8��������������� Annual Representations and Certifications 52.204-10������������ Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13������������ System for Award Management Maintenance 52.204-16 ������������ Commercial and Government Entity Code Reporting 52.204-17������������ Ownership or Control of Offeror 52.204-18 ������������ Commercial and Government Entity Code Maintenance 52.204-19 ������������ Incorporation by Reference of Representations and Certifications. 52.204-20������������ Predecessor of Offeror 52.204-22 ������������ Alternative Line Item Proposal 52.204-23 ������������ Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-24 ������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 ������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26������������ Covered Telecommunications Equipment or Services Representation 52.209-2��������������� Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6��������������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 ������������ Prohibition on Contracting With Inverted Domestic Corporations 52.209-11������������ Representation by Corporations Regarding Delinquent Tax Liability or a Felony ������������������������������� Conviction under any Federal Law 52.211-14 ������������ Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.212-1������� ������ Instructions to Offerors-Commercial Items 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 ������������� 52.215-8��������������� Order of Precedence�Uniform Contract Format 52.222-3��������������� Convict Labor 52.222-19������������ Child Labor�Cooperation with Authorities and Remedies 52.222-21������������ Prohibition of Segregated Facilities 52.222-22������������ Previous Contracts and Compliance Reports 52.222-25������������ Affirmative Action Compliance 52.222-26������������ Equal Opportunity 52.222-36������������ Equal Opportunity for Workers with Disabilities 52.222-50������������ Combating Trafficking in Persons 52.223-6��������������� Drug-Free Workplace 52.223-18������������ Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13������������ Restrictions on Certain Foreign Purchases 52.232-8��������������� Discounts for Prompt Payment 52.232-33������������ Payment by Electronic Funds Transfer�System for Award Management 52.232-39 ������������ Unenforceability of Unauthorized Obligations 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors 52.233-1��������������� Disputes 52.233-3 �������������� Protest after Award 52.233-4��������������� Applicable Law for Breach of Contract Claim 52.243-1��������������� Changes�Fixed Price 52.246-4��������������� Inspection of Services�Fixed Price 52.247-34 ������������ F.O.B. Destination 52.252-1 �������������� Solicitation Provisions Incorporated By Reference 52.252-2 �������������� Clauses Incorporated By Reference 52.252-5��������������� Authorized Deviations in Provisions 52.252-6��������������� Authorized Deviations in Clauses The offer should be addressed to the following:� U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christopher Dooley, V-222, 55 Broadway, Cambridge, MA 02142.�� The signed offer must be submitted via e-mail to the contracting officer Christopher.Dooley@Dot.gov .� The time for receipt of offers is 11:59 PM Eastern Time March 22, 2022.� No telephone requests will be honored.� The Government will not pay for any information received. The Government intends to award a firm fixed price Lever of effort purchase order as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82e5cf6688634a6393737f80fb24d95f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06270205-F 20220319/220317230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |