Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
SOLICITATION NOTICE

V -- Shuttle Services - Attachment A

Notice Date
9/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
ED-OOM-13-R-0002
 
Archive Date
10/24/2012
 
Point of Contact
Holly Le, Phone: 202-245-6070, Desandre E. Woodard, Phone: (202)245-6175
 
E-Mail Address
Holly.Le@ed.gov, desandre.woodard@ed.gov
(Holly.Le@ed.gov, desandre.woodard@ed.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Quality Assurance Surveillance Plan Contractor Performance Information Performance Work Statement Applicable Clauses Description: The U.S. Department of Education (Department) has a requirement for shuttle services to convey passengers between the Headquarters building and other Department locations. The Department currently has eight (8) different locations which utilize the shuttle service to transport passengers conducting departmental business to and from their destinations. 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 principal place of performance shall be at the Department's Lyndon Baines Johnson Building (LBJ) located at 400 Maryland Avenue S.W., Washington, DC 20202. Interested sources must submit information that demonstrates their ability to meet the requirements above, no later than October 9, 2012 at 12:00 PM, E.S.T. Clarification questions must be submitted by 4:30 PM EST on September 21, 2012. Any proposals and questions must be submitted electronically to the attention of Holly.Le@ed.gov, Contract Specialist, with a concurrent copy to Desandre.Woodard@ed.gov, Contracting Officer. This is 100% set-aside for 8(a) small businesses. The small business size standard is $7,000,000 for this NAICS code. Below is a list of contract line item numbers including options: CLIN 0001 - Base Period (December 11, 2012 - December 10, 2013) CLIN 0002 - Base Period Fuel CLIN 0003 - Option Period 1 (December 11, 2013- December 10, 2014) CLIN 0004 - Option Period 1 Fuel CLIN 0005 - Option Period 2 (December 11, 2014 - December 10, 2015) CLIN 0006 - Option Period 2 Fuel CLIN 0007 - Option Period 3 (December 11, 2015 - December 10, 2016) CLIN 0008 - Option Period 3 Fuel CLIN 0009 - Option Period 4 (December 11, 2016 - December 10, 2017) CLIN 0010 - Option Period 4 Fuel The Department anticipates awarding this requirement as a fixed-priced with economic price adjustment contract type. All interested 8(a) small businesses are requested to submit a written proposal which will be considered by the Department. Proposals may be submitted on a company letterhead. Proposals shall include the solicitation number, company name, point of contact, address, phone number, email, fax number, tax identification number, DUNS number, and size status (e.g., Small Disadvantaged Business, HUBzone, Woman Owned Small Business, Etc.). Offer must be valid for 75 calendar days after submission. Proposals are limited to 35 pages, including cover page. Proposals must be submitted by October 9, 2012 at 12:00 PM, EST. Proposals must be emailed to Holly.Le@ed.gov and Desandre.Woodard@ed.gov. Offerors will be evaluated based on price and ability to meet the following solicitations requirements. The basis for the award will be best value through trade-offs; Price will be an important factor, however, price will be less important than non-price factors both individually and when combined. 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 evaluation factors are equivalent in terms of importance: 1. Technical Approach 2. Personnel Qualifications 3. Management Plan 4. Corporate/Government Experiences 5. Past Performance Although price is an evaluation factor, it will not be evaluated based upon a predetermined evaluation rating scale. However, price will be analyzed in order to ensure that the proposed price is fair and reasonable. Please note that offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and 3452.209-71 - Conflict of Interest Certification. In addition, the offeror must identify key personnel and the contract administrator as required by the EDAR clauses incorporated by reference. Finally, the Performance Work Statement, Contractor Performance Information Form, and Quality Assurance Surveillance Plan are attached. This solicitation and its corresponding clauses are those in effect through Federal Acquisition Circular Number 2005-60. A fixed-price contract with economic price adjustment provides for upward and downward revision of the stated contract price of fuel. The offeror shall propose fuel price as a separate contract line item for each contractual period. Adjustments for fuel prices are based on increases or decreases in specified costs of fuel that the Contractor actually experiences during contract performance. The economic price adjustment will be determined by evaluating the change in price listed in the U.S. Energy information Administration's index entitled "U.S. Regular Gasoline Prices (dollars per gallon)" provided on a weekly basis. (See: http://www.eia.gov/petroleum/gasdiesel/) The cost of fuel must be proposed per shuttle vehicle, gallons per shuttle, miles utilized per day. Both parties agree to negotiate annually in good faith in advance of each option period being exercised bilaterally in order to increase or decrease the price of fuel in accordance with the terms stated in FAR 52.216-4 ECONOMIC PRICE ADJUSTMENT - LABOR AND MATERIAL (JAN 1997). In accordance with FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.), Wage Determination number 05-2103 is applicable to this requirement. The most recent Register of the Wage Determinations Under the Service Contract Act dated 06/13/2012 can be found at the following website: http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-OOM-13-R-0002/listing.html)
 
Place of Performance
Address: U.S. Department of Education, Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN02883667-W 20120916/120915000714-bc2236514981b08450156d33519418f0 (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.