Development and Engineering support for CARMA 1tenth program * Notice Of Intent to Sole Source *
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... 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.
Data sourced from SAM.gov.
View Official Posting »