SOLICITATION NOTICE
V -- Shuttle Services for National Park Service Washington DC Offices.
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- WASO-WCP Denver Contracting & Procurement P.O. Box 25287 MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- Q2605051206
- Response Due
- 9/8/2004
- Archive Date
- 8/18/2005
- Point of Contact
- Cheryl A. Drake Contracting Officer 3039876719 Cheryl_Smith@nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL 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; REFERENCES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE SOLICITATION NUMBER IS Q2605051206 AND IS BEING ISSUED UNDER FAR PART 13 AS A REQUEST FOR QUOTE. THIS IS A 100% SMALL BUSINESS SET-ASIDE. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) FOR THIS PROCUREMENT IS 485999. . AWARD WILL BE A FIRM-FIXED PRICE CONTRACT FOR A BASE WITH 4 OPTION PERIODS. THE BID SCHEDULE IS AS FOLLOWS: BASE YEAR (OCTOBER 1, 2004 THROUGH SEPTEMBER 30, 2005), 12 MONTHS, UNIT PRICE/MONTH, EXTENDED AMOUNT; OPTION YEAR 1, OCTOBER 1, 2005 THROUGH SEPTEMBER 30, 2006, SAME LINE ITEM INFORMATION REQUIRED; OPTION YEAR 2, OCTOBER 1, 2006 THROUGH SEPTEMBER 30, 2007, SAME LINE ITEM INFORMATION REQUIRED; OPTION YEAR 3, OCTOBER 1,2007 THROUGH SEPTEMBER 2008, SAME LINE ITEM INFORMATION REQUIRED; OPTION YEAR 4, OCTOBER 1, 2008 THROUGH SEPTEMBER 30, 2009, SAME LINE ITEM INFORMATION REQUIRED. THE CONTRACTOR SHALL PROVIDE ALL THE MATERIALS, TOOLS, LABOR, PARTS, AND TRANSPORTATION FOR THE REQUIRED SERVICES IN THE ATTACHED STATEMENT OF WORK FOR THE MONTHLY FIRM-FIXED PRICE AMOUNT PROVIDED IN RESPONSE TO THIS RFQ. PLACE OF PERFORMANCE WILL BE WASHINGTON, DC. (SEE SHUTTLE BUS SCHEDULE CONTAINED IN SOW). THE FOLLOWING FAR PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION: FAR 52.212-01, INSTRUCTIONS TO OFFERORS-COMMERICAL ITEMS, FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS....THE FOLLOWING FACTORS SHALL BE USED TO EVALUATE OFFERS: 1) PAST PERFORMANCE AND 2) PRICE. THE OFFEROR SHALL SUBMIT REFERENCES FROM THE PAST 3 YEARS FOR SIMILIAR OR LIKE CONTRACTS INCLUDING CO NAME OR OTHER POC, TELEPHONE NUMBER, CONTRACT NUMBER, CONTRACT VALUE, PERIOD OF PERFORMANCE. PAST PERFORMANCE AND PRICE WILL BE CONSIDERED TO BE EQUAL IN IMPORTANCE; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERICAL ITEMS. OFFERORS SHALL PROVIDE A COMPLETED COPY WITH ITS SUBMISSION; FAR 212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52-212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS - COMMERICAL ITEMS, FAR 232-18, AVAILABILITY OF FUNDS, FAR 217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT, FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION. QUOTES AND ALL REQUIRED SUBMITTALS ARE DUE BY 4:00 MST, SEPTEMBER 8, 2004. IF HANDCARRIED OR FED-EX, MAIL TO: NPS, ATTN: CHERYL DRAKE, Q2605051206, 7333 W. JEFFERSON STREET, SUITE 130, LAKEWOOD, CO 80235. CONTRACTORS MAY SUBMIT THEIR QUOTE ON COMPANY LETTERHEAD WITH A SIGNATURE OF AN AUTHORIZED COMPANY OFFICIAL. FAX QUOTES WILL BE ACCEPTED - FAX NUMBER IS 303-987-6735 OR 303-969-2954. QUESTIONS MAY BE DIRECTED TO CHERYL DRAKE, 303-987-6719. Attached: Statement of Work: Washington Office Shuttle Service Contract To provide shuttle bus service Monday through Friday from 7:30 A.M. to 4:30 P.M. (except on official U.S. Government Holidays listed below), utilizing one bus per day in accordance with the attached "NPS Shuttle Service Schedule." Official U.S. Government Holidays are: 1. New Year's Day - January 1 2. Martin Luther King's Day - 3rd Monday in January 3. President's Day - 3rd Monday in February 4. Memorial Day - Last Monday in May 5. Independence Day - July 4th 6. Labor Day - 1sr Monday in September 7. Columbus Day - 2nd Monday in October 8. Veteran's Day - November 11th 9. Thanksgiving - Last Thursday in November 10. Christmas - December 25th If a holiday falls on Saturday, the preceding Friday is observed as the Government Holiday; if it falls on Sunday, the following Monday is observed as the Government Holiday. Locations Shuttle service is to be provided for Government employees between National Park Service offices located at 1201 Eye Street, N.W. and the Department of the Interior Building at 19th & E Street N.W. These locations will be the only authorized stops along the route. Vehicle Requirements The vehicle provided must be no more than one (1) year old, in good working condition as applicable, be capable of carrying a minimum of 19 seated passengers, have adequate headroom for passengers walking to and from their seats and have a side entrance/egress door. All vehicles used by the contractor must be appropriately registered, licensed and insured as required by Federal, State and Local Government for the type of service to be performed. To comply with the requirements of the American With Disabilities Act (ADA) [P.L. 101-336 USC 12101] the vehicle provided must meet the following requirements: (1) There must be a vehicle lift, the design load of the lift must be at least 600 pounds: (2) The controls must be interlocked with the vehicle brakes, transmission or door so the lift cannot be deployed unless the systems are engaged; (3) The lift should deploy to all levels encountered in the operating environment; (4) The vehicle must have a securement system capable of restraining a force in the forward longitudinal direction of up to 2,500 pounds per leg or clamping mechanism and a minimum of 5,000 pounds for each mobility aid; and (5) For each wheelchair or mobility aid securement device provided, a passenger set belt and shoulder harness, complying with all applicable provisions of 49 CFR Part 571, must also be provided for use by wheelchair or mobility aid users. Driver Requirements A regular driver will be assigned to the route and must be licensed to operate a vehicle of this type specified herein in the District of Columbia. At all times during the performance of the contract and until completion of the performance period, the Contractor shall provide a driver who is competent, safe, and dependable. Periodically, NPS may require the driver of the vehicle to check verification of Government employees riding in the vehicle. Trip and Schedule Requirements The contractor must strictly adhere to the "Schedule of Departures" (attached) and shall notify the Contracting Officer's Technical Representative (COTR) immediately should the driver of the vehicle be late, and provide the reason why the shuttle is late and when services is expected to resume/begin. For each scheduled departure from the Main Interior Building or 1201 Eye Street NW that is not traveled for any reason, not caused by the Government, the monthly invoice for service shall reflect a monetary deduction of 1/18 of the daily rate. This daily rate shall be computed from the monthly bid price on an average of twenty-one (21) working days per month. Trip Log and Report Monthly reports of shuttle usage in terms of number of passengers per trip will be required. For this purpose, a trip log shall be maintained by the driver indicating the number of passengers per trip. The reports shall be submitted with the monthly invoice. Each daily sheet shall specify the date of service performed, number of passengers and be signed by the driver. Any sheets, which do not contain this information, will be returned to the Contractor and payment of the monthly invoice may be withheld until corrected sheets are received. The NPS reserved the right to independently inspect and verify individual trips made and documented reports. Downtime When any vehicle regularly used in the performance of this contract is out of service for any reason, the vehicle will be replaced by the Contractor with a vehicle of the same specifications as the regular vehicle. Inoperative vehicles shall be replaced by the Contractor with two (2) hours. The vehicle will not be considered back in service until the Contractor officially notifies the COTR. If the Contractor fails to repair or replace the inoperative vehicle, the NPS, at its option, may elect to secure a replacement vehicle from other sources, without regard or consideration of the reasons that caused the downtime. The Contractor will be assessed the cost incurred by the NPS in securing the replacement vehicle. The Contractor will notify the NPS COTR by telephone of any breakdown and the estimated time in which a replacement vehicle will arrive. Government Options A second vehicle of the same specifications will be requested as needed. Period of Performance The period of performance of this contract will commence on October 1, 2004 and continue through September 30, 2005, with 4 option periods. Shuttle Bus Schedule This schedule starts on October 1, 2004. MIB 1201 Eye Street 8:00am 7:30am 9:00am 8:30am 10:00am 9:30am 11:00am 11:30am 11:50am 12:00pm 1:00pm 1:30pm 2:00pm 2:30pm 3:00pm 3:30pm 4:00pm 4:30pm Drop Only
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1533277)
- Place of Performance
- Address: Washington, DC
- Zip Code: 20005
- Country: United States
- Zip Code: 20005
- Record
- SN00646647-W 20040820/040818212722 (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 |