Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

V -- Transportation Service for NexGen - PWS

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ001315Q0017
 
Archive Date
10/8/2015
 
Point of Contact
Petra McPherson,
 
E-Mail Address
petra.mcpherson@dsca.mil
(petra.mcpherson@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
Schedule PWS for Next Gen Transportation (i)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. (ii)This solicitation document, HQ001315Q0017, is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-80, Effective March 2, 2015. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide bus, van and sedan transportation service and greeter support for Africa Center for Strategic Studies (ACSS), Next Generation of African Security Sector Leaders Program (Nex Gen) from 16 October - 8 November 2015 for approx. 65 participants. The solicitation is being issued as 100% small business set aside under North American Classification System (NAICS) code is 485510, Transportation Services. The small business size standard is $15 million. (v) Delivery of service is to be performed at the Sheraton Pentagon City, Washington DC metropolitan area, Reagan National Airport and Dulles International Airport. (vi)This requirement is to provide translation services as specified in the Performance Work Statement (PWS). DSCA intends to purchase the services under the following Contract Line Items (CLINs): CLIN SERVICE QUANTITY UNIT UNIT PRICE TOTAL Please See Performance Work Statement for Schedule of Service Breakout (vii) Clauses and Provisions. The provision at FAR 52.252-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Provision at FAR 52.252-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows. A single contract award will be made to the responsible Offeror whose proposal conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA). Proposals will be evaluated on an "acceptable" or "unacceptable" basis. Proposals will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. Minimum Acceptability Standards: 1) Safe, reliable, clean, mechanically sound vehicles with courteous personnel/Greeters; 2) Experienced, licensed drivers familiar with the metropolitan Washington DC and Virginia area; 3) Must be DoD approved carrier by DTMO and listed on the Military Bus Program. (viii)Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7404(g)) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.246-4, Inspection of Services - Fixed Price 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7003, Control of Government Personnel Work Product 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment (ix)Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far. (x)Submission Requirements: Provide information to support the transportation services identified in the attached Statement of Work and Schedule. Provide evidence that the company is an approved DoD carrier by DTMO and listed on the Military Bus Program. Provide a quote using the pricing schedule provided in the performance work statement schedule of this combined synopsis/solicitation. Offers shall be submitted by 23 September 2015, no later than 10:00am EST. Offers shall be submitted via email to petra.a.mcpherson.civ@mail.mil with the subject line "HQ001315Q0017 NexGen Transportation." Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001315Q0017/listing.html)
 
Place of Performance
Address: Arlington, VA, United States
 
Record
SN03894039-W 20150920/150918235904-73ff7059ddff607055de386a1c7fc200 (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.