Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOLICITATION NOTICE

W -- SCHOOL BUS RENTAL/LEASE

Notice Date
2/12/2015
 
Notice Type
Presolicitation
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008515R0015
 
Archive Date
2/12/2017
 
Point of Contact
Cheryle Johnson 757-341-0087
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. This contract will be a follow on contract for similar services awarded under contract number N40085-10-D-2814. The purpose of the contract is to provide School Bus Rental/Lease services in support of Tidewater/Hampton Roads area, including the Norfolk Naval Base, Armed Forces Staff College, Norfolk Naval Shipyard, Williamsburg, Yorktown, Langley, Hampton, Newport News, and Oceana and facilities within a 50 miles radius of any of the primary bases. The exact locations will be indicated in each Task Order by the Contracting Officer or by each Emall order. This procurement is a single award indefinite delivery-indefinite quantity (IDIQ) contract. The work includes, but is not limited to, providing the Government with an efficient and responsive means to obtain service to provide all labor, management, supervision, tools, materials, and equipment required to rent/lease school type buses. Under the terms of this contract the Contractor shall be required to provide labor for pick up and delivery of buses to a delivery point for each activity requiring the use of school buses. All Contractor delivering buses shall be required to have the proper badges to allow access to the bus delivery point. The Contractor shall provide school type buses with 44 or more seat capacity for use by the Government through this contract. Buses shall be no more that ten-model years old at the time of rental. (i.e., 2005 model or newer at the time of a 2015 rental) Buses shall be maintained in such a way to ensure that they are operating in a safe and dependable condition. They shall have current Virginia inspections and shall comply with Federal Motor Carrier Safety Regulations Parts 382, 383, 387, and 390 through 399, as prescribed by the U. S. Department of Transportation Federal Highway Administration. All interior and exterior lights shall be functioning in accordance with OEM specifications. This shall include all driver information and warning lights. All buses shall be equipped with a heating system to provide an even temperature throughout the bus of not less than 70 degrees Fahrenheit when the outside temperature is below 58 degrees F and a defroster for the windshield. Windows shall be operable by passengers, to provide ventilation. Window gaskets shall be maintained in good condition to prevent cold drafts during cool or cold weather. Doors shall operate smoothly and have seals maintained to prevent drafts. All seats shall be securely anchored to the floor. All seat covers of whatever type shall be free of holes rips and tears of any kind. Buses shall be thoroughly cleaned inside and outside and passenger areas disinfected before each bus dispatch. Buses shall be maintained free of all Graffiti or other marks and scrapes in the paint and on seats. The work identified is to be provided by means of an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. Source selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Price/Technically Acceptable Method. The resulting contract award will be a performance-based service contract made to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government, price and other evaluation factors considered. The offerors ™ proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Corporate Experience, Factor 2- Technical and Management Approach, Factor 3 “ Safety, and Factor 4 “ Past Performance. NOTE: Offerors shall be evaluated as technically acceptable under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one (1) year. However, the initial term of the contract may be for a period of less than one (1) year. The Government has the option to extend the term of the contract services for additional periods of one (1) to twelve (12) months. The total contract term, including the exercise of any options, shall not exceed sixty (60) months. The proposed procurement will be solicited as a 100% Small Business Set-Aside. The North American Industry Classification Standard (NAICS) Code for this procurement is 485410 with a small business size standard of $15.0 million. The solicitation will be available on or about March 26, 2015 in electronic format only and will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil/. Estimated proposal due date shall be approximately thirty (30) days after the solicitation is posted. Notification of any updates or amendments to the solicitation will be posted on the NECO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR UPDATES. The Government will not provide hard copies, facsimile or CD-ROM copies or Plan Holders Lists. The proposed procurement will be issued as a NAVFAC Electronic Support Contract with online ordering capability using DOD EMALL. Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted Software. All prospective contractors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/. Please direct questions to Cheryle Johnson via email at: cheryle.johnson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008515R0015/listing.html)
 
Record
SN03641352-W 20150214/150212235138-4735f6cf633cdfc55666278a2c4ff358 (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.