Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2007 FBO #2151
SOLICITATION NOTICE

V -- The US Army Corps of Engineers, Huntington District announces the Pre-Solicitation Notice for Shuttle Transportation Services for the Town of Grundy, VA. Point of Contract is Richard Horton, 304-399-5623.

Notice Date
10/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
485210 — Interurban and Rural Bus Transportation
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-08-T-0001
 
Response Due
10/22/2007
 
Archive Date
12/21/2007
 
Point of Contact
Ginny Morgan, 304-399-5963
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington
(ginny.m.morgan@lrh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: 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 o nly solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91237-08-T-0001 and is issued as a request for quote - RFQ. The solicitation document and incorporated provisions and clauses are th ose in effect through Federal Acquisition Circular 2005-20. This announcement is open to all businesses regardless of size. Proposals will not be considered for any offeror who is located outside of a 200 mile radius of the Buchanan County Courthouse loc ated in downtown Grundy, VA. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Informati on Center at 1-888-227-2423. There is one line item for use in preparing the cost portion of the proposal and is as follows: Line Item: 0001; Description: Shuttle Service; Estimated Quantity: 246; Unit of Issue: Days; Unit Price and Estimated Total P rice. 2. PROJECT INFORMATION: This scope of work is for transportation services in the Town of Grundy, Virginia. The contractor shall provide transportation in the form of a shuttle service between designated parking lots/facilities and the Buchanan Cou nty Courthouse and/or other designated pick-up and drop-off points in downtown Grundy as determined by the Government. Pick-up and drop-off points will be within a 2 mile radius from the Buchanan County Courthouse. The shuttle vehicle shall have a minimu m capacity of 14 passengers, and shall conform to and be operated in accordance with all applicable laws of the State of Virginia and the Town of Grundy. The contractor shall be capable of providing a wheelchair accessible shuttle vehicle if necessary. T he shuttle service shall generally operate on a continuous cycle between pick-up and drop off points, and shall operate between the hours of 7:30 a.m. and 5:30 p.m., Mondays through Thursdays, and from 7:30 a.m. to 6:30 p.m. on Fridays. The shuttle servic e shall be operated for a period not to exceed 365 calendar days , an estimated 246 operational days, with an anticipated beginning date of October 26, 2007. The shuttle service will not be operated on Saturdays, Sundays or during the following holidays o bserved in the State of Virginia: Veterans Day - November 12, 2007; Thanksgiving Day and Day After - November 22 & 23, 2007; Christmas Eve and Day - December 24 & 25, 2007; New Years Eve and Day - December 31, 2007 & January 1, 2008; Lee-Jackson Day - Ja nuary 18, 2008; Martin Luther King Jr.s Birthday - January 19, 2008; George Washington Birthday - February 18, 2008; Memorial Day - May 26, 2008; Independence Day - July 4, 2008; Labor Day - September 1, 2008; Columbus Day - October 13, 2008. All costs a ssociated with the operation of the shuttle service, including but not limited to labor, equipment, fuel, maintenance, and insurance, shall be included in the contract unit price per day for Shuttle Service. 3. APPLICABLE PROVISIONS AND CLAUSES: 52.21 2-1: The provision at 52.212-1, Instructions to Offerors  Commercial, applies to this acquisition without addenda. 52.212-2: The provision at 52.212-2, Evaluation  Commercial Items is applicable to this acquisition and the following evaluation procedu res apply: The Government will award a contract 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: CONTENT OF THE TECHNICAL PROPOSAL: The technical proposal shall describe the capability of the Contractors organization to p erform the work in accordance with the contract requirements. The proposal shall be specific and complete in every detail and shall contain the information necessary to evaluate the Offerors proposal in the areas listed below. Factors A. and B. below mu st be addressed. The evaluation factors are listed in descending order of importance: A. PAST PERFORMANCE: The offeror shall provide a list of relevant projects, current or completed, over the last five years that best demonstrates your experience with t his type of work. Include type of contract. Description of work, location, client, length of contract, monetary amount of contract, name, address and current phone number of person to contact for references on projects provided. B. QUALITY AND QUANTITY OF EQUIPMENT: The offeror shall provide a narrative to include evidence that the firm has adequate equipment to perform the service. As a minimum, the information shall describe the vehicle(s) to be used and demonstrate that the vehicle/s meet the contra ct requirements. AWARD: A. Notwithstanding any other provisions of these specifications concerning the method of award, award will be made as a whole to the offeror whose proposal conforms to the solicitation and is within a technical/price competitive range as determined by the Contracting Officer and has been evaluated as most advantageous to the Government. It is contemplated that discussions will not be conducted. The Government may award a contract, based on initial offers received, without discus sions of such offers. Accordingly, each initial offer should be submitted on the most favorable terms which the offeror can submit to the Government. B. Generally, the combined technical factors are approximately equal to cost or price. However, as the evaluated merit of competing technical proposals becomes more equal, total price and other price factors will become more important in the selection. Total price and other factors could become the deciding factor for selection, depending upon whether the most acceptable technical proposal is determined to be worth the cost differential, if any. C. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the off er, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer, or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications  Commercial Items, with its offer. 52.212-4: The clauses at 52.212-4, Contract Ter ms and Conditions  Commercial Items, applies to this acquisition without addenda. 52.212-5: The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. No add itional FAR clauses are applicable to this acquisition. 4. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform the work must submit two copies of their proposal to the above address not later than 2:30 PM on October 22, 2007. Facs imile transmissions will be accepted. Fax number is 304-399-5281. Only timely proposals will be considered. The point of contact for this procurement is Richard D. Horton who may be contacted at (304) 399-5623 or at Richard.D.Horton@usace.army.mil
 
Place of Performance
Address: USACE, Grundy P.O. Box 2088 Grundy WV
Zip Code: 24614
Country: US
 
Record
SN01434322-W 20071017/071015223646 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.