MODIFICATION
V -- Coach Bus Services
- Notice Date
- 9/17/2002
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-02-Q-B066
- Response Due
- 9/24/2002
- Point of Contact
- Maria Barela, Contract Specialist, Phone 7026529571, Fax 7026525405,
- E-Mail Address
-
maria.barela@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 99th Contracting Squadron, Nellis AFB, NV is soliciting offers for charter bus service in support of the upcoming Nellis AFB 2002 Air Show. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F26600-02-Q-B066 and will be issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-27. This acquisition is set-aside for small business and is subject to the availability of Fiscal Year 03 funds. There will be three contract line item number (CLIN) 0001 - Qty: 80 buses and driver service from 7:00 a.m. - 6:30 p.m., 5 - 6 Oct 02, CLIN 0002 - Qty: 20 buses for service from 6:30 p.m. - 7:30 p.m., 5 - 6 Oct 02, and CLIN 0003 - Qty: 1 Price per bus per hour in excess of hours specified in CLIN 0001, or CLIN 0002 bus, in accordance with the Statement of Work (Attachment 1). The North American Industry Classification System (NAICS) is 488510 and the size standard is $5,000,000.00. See Attachment 1 for details and Statement of Work. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial apply to this acquisition. The provisions at FAR 52.212-2, Evaluation --Commercial Items apply to this acquisition. This service is being procured and will be awarded using simplified acquisition in accordance with FAR 13. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items located at http://farsite.hill.af.mil in order to be considered for award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The DFARS clause 252.212-7000, Offeror Representations and Certifications-Commercial Items applies to this acquisition. The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition along with the following additional clauses: 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Vietnam Era, 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers and Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 525.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965, as Amended, 52.222-42, Statement of Equivalent Rates for Federal Hires, DFARS 252.204-7004, Required Central Contractors Registration, 525.247-34, F.O.B. Destination-No shipment involved, work to be accomplished at destination. Quotations must be submitted only by written responses by September 24, 2002. Faxed responses can be faxed to 702-652-5405, letter responses can be mailed to 99 CONS/LGCB, Bldg. 588, 5865 Swaab Blvd, Nellis AFB, NV 89191. All responses, letter or fax, shall state RFQ F26600-02-Q-B066 can be addressed Attn: Maria R. Barela. Oral responses are not acceptable; however, interested parties may contact Maria R. Barela by telephone at 702-652-9571 for questions. Each offeror shall sign their quote, an original signature is required on the quotation. Quote validity is for 30 days from the date of the quote. STATEMENT OF WORK Vehicle requirements for Nellis AFB 2002 Air Show Type of vehicle: Minimum capabilities per bus: 55 passengers (2 handicap accessible buses) Quantity: 80 passenger buses Usage: Vehicles will be used to transport the general public to and from the Las Vegas Motor Speedway established parking areas to the flight line entering through Area 2 gate in a continuous circle. Location of delivery: Las Vegas Motor Speedway (LVMS), 6001 N Las Vegas Blvd, Las Vegas, NV. Hours of Operation: The vendor will arrive with vehicles no later than 7:00 am., 5 & 6 October 2002, 60 buses will depart Las Vegas Motor Speedway at 6:30 p.m., with the remaining 20 vehicles departing at 7:30 p.m. Hours of operation for 60 of the buses will be from 7:00 a.m. to 6:30 p.m., the remaining 20 buses will be 7:00 a.m. to 7:30 p.m., on 5 & 6 October 2002. The Transportation Squadron Coordinator will set up a lunch schedule (10:30 a.m. - 1:00 p.m.) one hour intervals, with the bus operator supervisor during the morning briefings on 5 & 6 October 2002. Nellis AFB will provide lunch free of charge to bus operators. Bus operators will not be permitted to depart from the Nellis AFB or LVMS areas until released by the Transportation Coordinator during the period of performance. Communication Devices / Supervision: Contractor must provide communication devices for all vehicle operators to ensure span of control between the vehicle operators and the Nellis AFB Air Show Coordinators. Contractor shall designate in writing a point of contact to be responsible for the performance of the work and to solve any controversy between vehicle operators and the Nellis Air Show Coordinators. Government will provide training, conducted 2 days prior to the event to ensure contractor is familiar with the shuttle routes. Contracted vehicles may be required to alter base pickup location at the request of Transportation or Security Forces. Inspection and Maintenance of Buses: Vehicles will be inspected upon delivery and all discrepancies noted. Vehicles will be fully serviced with all fluids, to include, but not limited to, fuel, oil, washer fluid, power steering, and transmission fluid. Comply with all applicable laws, ordinances and other legal requirements, including but not limited to, the Federal and Nevada standards governing transportation vehicles and Nevada rules and regulations governing the operation of transportation vehicles, the pertinent provisions of the Nevada Motor Vehicle Code, policies and regulations Clark County, and all other pertinent rules and regulations. If any vehicle is determined to be unsafe or unsatisfactory, the Contractor will provide, at no additional cost to the Government, a replacement vehicle to ensure all schedules are met. The Contractor will provide a plan, at the pre-award conference, demonstrating the Contractor's ability to replace any vehicle in the event of unsafe or unsatisfactory conditions. All maintenance and repairs on buses is the sole responsibility of the Contractor and will be performed off-base. The Contractor will perform daily safety and maintenance checks. The Contractor will ensure buses are maintained in a clean and sanitary condition. Buses: The Contractor will comply with all applicable laws, ordinances, and other legal requirements including, but not limited to, all Federal, Nevada, and Clark County standards, rules, and regulation governing the operation of transportation vehicles. Driver's Qualifications: All bus drivers must have verifiable transport experience and applicable licenses and comply will all applicable law, ordinances, and other legal requirements including, but no limited to, all Federal, Nevada, and the Clark County standards, rules, and regulations. Quick repair service: The Contractor will pre-coordinate quick repair service within 25 miles of Nellis AFB, Nevada to facilitate minor repairs such as replacing light bulbs, belts, tire repairs etc. The contractor will not hold the Government responsible for any expenses for these services. Major Repairs: In the event of an accident or major repairs become necessary, the Contractor has 2 1/2 hours to provide a replacement vehicle. Waiting times greater than 2 1/2 hours will be deducted from the total time charged for the vehicle. Licenses, Franchises, and Permits: The contractor will procure at his own expense, all necessary licenses and permits necessary to conform to all laws, regulations, and ordinances applicable to the performance of this contract. Operating supplies: The Contractor will ensure all vehicles arrive will a full tank of gas and will be responsible to ensure the vehicles have an adequate amount during hours of operation. Appearance of vehicles: All vehicles will be clean, to include the interior and exterior, furthermore, they should not smell of smoke. Vehicles should not require any major body repair. Points of contract: 99th Transporation - 1LT Eric Hayler at 702-652-4468, MSgt Rodney Allison at 702-652-7249, TSgt Phillip Whitaker at 702-652-8884, 99th Contracting Squadron - Maria R. Barela at 702-652-9571,Contract Specialist, Major Patrick D. McKeown 702-652-5354,Contracting Officer, Ms. Jacquelyn E. Buky, 702-652-5488,Contracting Officer These requirements have been reviewed, including available technical documentation, and belief that is does not require the Contractor to use Class I ozone depleting substances (ODS) identified in the Air Force Policy, nor is it written so that it can only be met by the use of a Class I ODS.
- Place of Performance
- Address: Nellis AFB, NV
- Zip Code: 89191
- Country: USA
- Record
- SN00169052-W 20020919/020917213409 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |