**PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED**
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be published. A written solicitation will not be issued.
(ii) The solicitation number for this procurement is 693JJ925Q000013 and will be issued as a Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) Number 2025-04, Effective Date 06/11/2025.
(iv) The North American Industry Classification System (NAICS) code associated with this procurement is 423430 - Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The small business size standard is 250. This procurement has been set-aside for small business participation.
(v) Contract Line Item Numbers (CLINS). NHTSA intends to award a Firm Fixed-Price Commercial Items Contract.
SECTION B - PRICE SCHEDULE
Base Period: 03/25/2025 – 03/24/2026
CLIN
Item Description
# of Months
Qty
Unit Price
Total Extended Price
00001
PeerSync (S1Y)
Product#: PSS-Y
03/25/2024 – 03/24/2025
12
20
$
$
00002
PeerSync Storage Pack TI (S1Y)
Storage Pack (001-025 TB)
03/25/2024 – 03/24/2025
12
2
$
$
SECTION C – DESCRIPTION/SPECIFICATIONS
PeerSync Licenses and Subscription Support
SECTION D – PACKAGING AND MARKING
RESERVED
SECTION E – INSPECTION AND ACCEPTANCE
All work hereunder shall be subject to review by the Government
-
- FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/
Federal Acquisition Regulation (FAR) Clauses:
Inspection and Acceptance shall be subject to the provisions of:
FAR 52.246-2 Inspection of Supplies – Fixed Price (Aug 1996), and
FAR 52.246-4 Inspection of Services – Fixed Price (Aug 1996)
-
- INSPECTION AND/OR ACCEPTANCE
The NHTSA Contracting Officer’s Representative (COR), as designated in this Contract, shall be responsible for performing the administration; inspecting of all services rendered under this contract; and recommending acceptance or replacement/correction of services or materials that fail to meet the requirements to the NHTSA Contracting Officer (CO).
Responsibilities of the COR are detailed in Section G.2.
SECTION F – DELIVERIES OR PERFORMANCE
F.1 REQUIRED DELIVERY
Not Applicable
F.2 PERIOD OF PERFORMANCE
03/25/2025 through 03/24/2026
SECTION G – CONTRACT ADMINISTATION DATA
G.1 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
Definitions. As used in this clause—
- Contract financing payment has the meaning given in FAR 32.001.
- Payment request means a bill, voucher, invoice, or request for contract financing payment or invoice payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices,” this clause, and the applicable Payment clause included in this contract.
- Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
- Invoice payment has the meaning given in FAR 32.001.
- Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Governmentwide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
- The Department of Transportation utilizes the Delphi einvoicing web-portal for processing invoices. For vendors submitting invoices, and certain grantees submitting payment requests, they will be required to submit invoices to Operating Agency (NHTSA) electronically via the Delphi einvoicing web-portal which is accessed via https://einvoice.esc.gov, and is authenticated via www.login.gov. All persons accessing the Delphi einvoicing web-portal will be required to have their own unique user Delphi einvoicing ID and be credentialed through login.gov. See www.login.gov for instructions.
- In order to receive payment and in accordance with the Prompt Payment Act, all invoices submitted as attachments in the Delphi einvoicing web-portal must contain the following:
- Invoice number and invoice date.
- Period of performance covered by invoice.
- Contract number and title.
- Task/Delivery Order number and title (if applicable).
- Amount billed (by CLIN), current and cumulative.
- Fixed Fee Amount:
- Total ($) of billing.
- Cumulative total billed for all contract work to date.
- Name, title, phone number, and mailing address of person to be contacted in the event of a defective invoice.
If the contract includes allowances for travel, all invoices which include charges pertaining to travel expenses will catalog a breakdown of reimbursable expenses with the appropriate receipts to substantiate the travel expenses.
- Electronic authentication. See www.login.gov for instructions. Click on the following link for instructions on establishing a login.gov account: https://login.gov/help/.
- To create a login.gov account, the user will need a valid email address and a working phone number. The user will create a password and then login.gov will reply with an email confirming the email address.
- Agency POC’s will be responsible for communicating with vendor POC’s to initiate the Delphi einvoicing account creation process. Vendor POC’s who will require access to the einvoicing web-portal for invoice submission and payment tracking purposes will be required to provide their full name, valid email address, and current phone number to the agency POC to initiate the Delphi einvoicing web-portal account. Vendor users and the agency POC will be notified via e-mail when the account is created. The vendor user will be provided detailed instructions for logging into their Delphi einvoicing account.
- Training on Delphi. To facilitate use of DELPHI, comprehensive user information is available at http://einvoice.esc.gov.
- Account Management. Vendors are responsible to contact the Delphi Help Desk when their firm’s points of contacts will no longer be submitting invoices, so they can be removed from the system. Instructions for contacting the Delphi Help Desk can be found at http://einvoice.esc.gov
* NHTSA vendors will submit invoices to NHTSA electronically via the Delphi einvoicing web-portal. To initiate this process, you are requested to provide NHTSA with the following information (company name, contract/task order number/purchase order [PO] number, and up to two Points of Contact [POC] full names and their email addresses) as shown on the table below.
Company Name
NHTSA Contract # / Task Order #
Primary POC First Name
Primary POC Last Name
Primary POC Email
Secondary POC First Name
Secondary POC Last Name
Secondary POC Email
Email the above information to the following email address: NHTSAISPVendors@dot.gov
Please note that the POCs you provide are the individuals you authorize to submit invoices to NHTSA on behalf of your company. Your POCs will then receive a welcome letter from Delphi einvoicing processing center with instructions on creating a Login.gov user account. This account can then be used to access the einvoicing web-portal.
G.2 GOVERNMENT PERSONNEL
G.2.1 Contracting Officer’s Representative (COR)
The performance of the work required under the Contract shall be subject to the technical review
of the COR.
Name: TBD
DOT/National Highway Traffic Safety Administration/NIO-100
Office of IT Services
1200 New Jersey Avenue, SE, Wxx-xxx
Washington, DC 20590
phone: (202) xxx-xxx
email: TBD
The COR serves as the technical liaison with the Contractor. The COR is not authorized to
change the scope of work or specifications as stated in the Contract, to make any commitments
or otherwise obligate the Government, or to authorize any changes which affect the contract
price, delivery schedule, period of performance or other terms or conditions.
In the event any technical direction offered by the COR is interpreted by the Contractor to be
outside of this Contract, the Contractor shall not implement such direction, but shall notify the
Contracting Officer in writing of such interpretation within five (5) calendar days after the
Contractor’s receipt of such direction. Such notice shall include (1) the reasons upon which the
Contractor bases its belief that the technical direction falls within the purview of the “Changes”
clause, and (2) the Contractor’s draft revisions to the terms of the Contract that it thinks are
necessary to implement the technical direction.
The Contracting Officer is the only individual who can legally commit or obligate the
Government for the expenditure of public funds. The technical administration of the Contract
shall not be construed to authorize the revision of the terms and conditions of this Contract. Any
such revision shall be authorized only in writing by the Contracting Officer.
G.2.2 Alternate COR (aCOR)
In the event that the COR is unavailable for a period of time during which the Contractor
requires technical guidance or during which other COR duties must be fulfilled, then the person
identified below is designated to perform those COR duties.
Name: TBD
DOT/National Highway Traffic Safety Administration/NIO-100
Office of IT Services
1200 New Jersey Avenue, SE, Wxx-xxx
Washington, DC 20590
phone: (202) xxx-xxxx
email: TBD
G.3.1 Project Manager
The Project Manager shall act as the single point of contact between the Contractor and the COR
or other duly authorized representative of the Government under the Contract.
The Project Manager shall receive and execute, on behalf of the Contractor, such technical
assignment directives as the COR, or his duly authorized representative, may issue within the
terms and conditions of the Task Order.
The Project Manager for this Contract
TBD
SECTION H – SPECIAL CONTRACT REQUIREMENTS
The terms and conditions under Section H of the Contractor’s FAA SAVES BPA contract 697DCK-22-D-00001 will be observed under this Task Order, as applicable.
SECTION I – TASK ORDER CLAUSES
This Task Order incorporates the following clause by reference, with the same force and effect as full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov/far
I.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This Contract incorporates the following clause(s) by reference, with the same force and effect as
full text. The full text of the clause(s) may be accessed electronically at this internet address:
https://www.acquisition.gov
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES
52.202-1 Definitions (JUN 2020)
52.203-5 Covenant against Contingent Fees (MAY 2014)
52.203-6 Restrictions of Subcontractor Sales to the Government (JUN 2020)
52.203-7 Anti-Kickback Procedures (JUN 2020)
52.204-3 Tax Payer Identification (OCT 1998)
52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment. (Nov 2021)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021)
52.204-26 Covered Telecommunications Equipment or Services-Representation. (Oct 2020)
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment (Nov 2021)
52.212-4 Contract Terms and Conditions- Commercial Items (NOV 2023)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders- Commercial Items (DEC 2023)
52.213-1 Fast Payment Procedure (MAY 2006)
52.213-2 Invoices (APR 1984)
52.213-4 Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items)
(Dec 2023)
-
-
- Facsimile Proposals (OCT 1997)
52.217-8 Option to Extend Services (NOV 1999)
52.219-1 Small Business Program Representations (Sep 2023)
52.222-3 Convict Labor (JUN 2003)
52.222-20 Contracts for Material, Supplies, Articles and Equipment Exceeding $15,000
(JUN 2020)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
-
-
- Drug-Free Workplace (MAY 2001)
52.225-1 Buy American – Supplies (Oct 2022)
52.225-3 Buy American –Free Trade Agreement – Israeli Trade Act (Nov 2023)
52.227-17 Rights in Data - Special Works (DEC 2007)
52.232-25 Prompt Payment (JAN 2017)
52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013)
52.233-1 Disputes (MAY 2014)
52.233-3 Protest After Award (AUG 1996)
52.243-1 Changes--Fixed Price (AUG 1987)
52.245-2 Government Property Installation Operation Services (APR 2012)
52.246-1 Contractor Inspection Requirements (APR 1984)
52.247-29 F.o.b. Origin (FEB 2006)
-
-
- F.o.b. Destination (NOV 1991)
(End of Clause)
TAR 1252.223-73 SEAT BELT USE POLICIES AND PROGRAMS (NOV 2022)
In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16, 1997, the contractor is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. For information on how to implement such a program or for statistics on the potential benefits and cost-savings to your company or organization, please visit the Buckle Up America section of NHTSA’s website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in the Washington, D.C. metropolitan area, and dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user-friendly program kit, and an award for achieving the Presidents goal of90 percent seat belt use. NETS can be contacted at 1-888-221-0045 or visit its website at www.trafficsafety.org.
(End of clause)
INSTRUCTIONS FOR SUBMITTAL:
The Government will award a Task Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance:
1. Price: The Government will evaluate the total price of the offer for award purposes.
2. Technical acceptability of the product offered to meet the Government requirement.
All contractors shall submit information sufficient to allow the Government to evaluate and determine the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer.
The Government shall rank all Quotes according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. Once the lowest priced proposal is evaluated as technically acceptable, that offeror represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable.
Offerors are hereby reminded that a Best Value Source selection decision will be made after review of all Technical and Price Quotes received in response to this solicitation to the Lowest Priced Technically Acceptable (LPTA) Offeror; whose quoted price represents the best value to the government, price and price-related factors considered.
SPECIAL NOTICES
Questions concerning this Solicitation shall be submitted, via e-mail, referencing the RFQ # 693JJ925Q000013 in the subject line to Attn: Latinia Buck at latinia.buck.ctr@dot.gov and NHTSAOAM@dot.gov by no later than 12:00 PM EST on Tuesday, July 08, 2025. No telephone requests. Proposals submitted in response to this solicitation must be submitted in writing to the attention of Latinia Buck, Contract Specialist.
DUE DATE FOR QUOTES CONCERNING THIS RFQ:
Proposals shall be transmitted electronically via email to the Contract Specialist, Latinia Buck, at latinia.buck.ctr@dot.gov with a courtesy copy to NHTSAOAM@dot.gov no later than Friday, July 11, 2025 at 2:00PM EDT