SOLICITATION NOTICE
V -- Transportation for Senior Leadership Seminar - PWS
- Notice Date
- 4/21/2016
- 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
- HQ0013-16-Q-0042
- Archive Date
- 5/10/2016
- Point of Contact
- Toni, Phone: 703-697-8940, Woodrow Bell, Phone: 703-607-8937
- E-Mail Address
-
Toni.m.davis3.civ@mail.mil, Woodrow.w.bell.civ@mail.mil
(Toni.m.davis3.civ@mail.mil, Woodrow.w.bell.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Africa Center for Strategic Studies has a requirement for a contractor to provide expert transportation services to and from the local airports, from the lodging to both NDU and to a few out-of metro area sites. Solicitation Number: HQ0013-16-Q-0042 Notice Type: Combined Synopsis/Solicitation (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, HQ0013-16-Q-0042, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. 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 transportation, in support of Senior Leaders Seminar for the Africa Center for Strategic Studies. The event is scheduled for 29 April 2015 - 15 May 2016. Transportation is required 29 April 2015 - 15 May 2016. The North American Classification System (NAICS) code is 485510, size standard is $15 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide transportation services in support of the Senior Leaders Seminar. The requirements are detailed in the attached Performance Work Statement (PWS). (vi) The requirement is for vehicles to pick up and drop off attendees of the Senior Leaders Seminar sessions program as follows: a. The contract requires expert transportation services to and from the local airports, from the lodging to both NDU and to a few out-of-metro area sites as on the sample transportation schedule for two weeks; requesting drivers that are familiar with the metropolitan Washington, D.C., and Virginia areas. b. Approach: The contractor shall provide experienced, licensed drivers who are familiar with the metropolitan Washington, D.C. and Virginia area; contractor shall provide the driver with the schedule as provided by ACSS and any updates thereafter. Charter bus transportation required for 55-people during event dates, with latrine, microphone and televisions/VCRs. Tentative requirements schedule is attached. Dates and times are subject to change with late notice; vendor must be capable of accommodating changes. c. All transportation will originate and/or end in the location of the lodging, which will be at the Sheraton Pentagon City 900 S Orme St, Arlington, VA 22204. The contractor shall be able to perform services at any location in the Metro area that the Government deems a needed emergency training site. d. The contractor shall be able to perform services at any location in the Metro area that the government deems a needed emergency training site *At the time of the posting of this announcement the hotel has not been selected. A criterion for the hotel is it shall be within 6 miles of Fort Lesley J. McNair. See clin structure attached: CLIN 0001 Description-Transportation Services info - - - UNIT QTY PRICE TOTALS CLIN 0002 Friday 29 April 2016, Minimum 10 passenger van CLIN 0003 Saturday 30 April 2016, Approximately 25 Airport pick-ups at Dulles Airport, 2 Airport Greeters required to lodging location, minimum 10 person VAN Approximately 5 Airport pick-ups at Reaga Airport to lodging location, Minimum 10 person van CLIN 0004 Sunday 1 May 2016 Apporocimately 5 Airport pick-ups at Dulles and Reagan Airports to lodging location, minimum 10 person van CLIN 0005 Monday 4 May 2016 0815 Bus Departs from lodging (60) person 0835 Bus drops off at NDU 1200 Picks up at NDU and returns to lodging CLIN 0006 Saturday 7 May 2016 0915 Bus departs from lodging (60) pesons to DC National Mall Area 1230 Bus departs National Mall and returns to lodging CLIN 0007 Monday 9 May 2016 1330 Bus departs from lodging (60) Persons 1400 Bus drops off at Mt Vernon 3200 Mount Vernon Hwy, Mt Vernon VA 22121 CLIN 0008 Friday 13 May 2016 Approximately 10 Airport drop-off at Dulles and Reagan Airport minimum 10 person per van CLIN 0009 Saturday 14 May 2016 Approximately 25 Airport drop-off at Dulles and Reagan Airport minimum 10 person per van 0010 Sunday 15 May 2016 Approximately 5 Airport drop-off at Dulles and Reagan Airport minimum 10 person per van TOTAL AMOUNT: (vii)The requirement shall be Firm Fixed Price (FFP). The requirement shall be competed as a small business set aside. (viii) To be considered for award, offerors must be DOD approved carrier by DTMO and listed on the Military Bus Program. (ix) Requirement is as follows: a) At the time of this posting, it is estimated that the contractor will have to transport 55 participants. Please refer to the attached transportation schedule. b) The most current transportation matrix is attached. It is subject to change. c) Vendors shall provide one (1) 70 PAX charter bus to accommodate 55 PAX. d) Vendors shall submit their approach for addressing the requirements of the attached schedule. The approach shall include pricing. (x) The PWS and Transportation schedule are attached. (xi) Offerors shall provide information regarding cancellation policy. (xii) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. (xvi) Submission of Quotes: Quotes shall be submitted by Wednesday, 25 April 2016 no later than 2:00 PM EST to the point of contact listed below. (xvii) Offerors' quotes shall include the following: a. Offerors shall submit their approach for meeting the government's transportation needs. Approach shall include the following information: -The experience of the licensed drivers that will provide the transportation. -Whether the use and access to a GPC system is accessible. - Whether a latrine, microphone and television/dvd is available for transport vehicles. -Provide the NESA Center with a driver's assignment sheet which will include the bus driver's name, social security number, state driver's license number and telephone contact number. The bus make/model and vehicle identification number and state tag number is also required to the NESA Center. This information is required for security purposes at various DOD and Federal Government locations and shall be provided to the NESA Center within seven (7) working days prior to the start of the seminar. If time does not allow for 7 days advance prior to the start date, information to be provided as soon as possible after award. b. Submit proof that the offeror is a DOD approved carrier by DTMO and listed on the Military Bus Program. c. a pricing chart. The unit price per each vehicle/trip or unit price per day. Whichever unit of measure the offeror is using. Be sure the total quoted price is included on the chart. (xviii) Past Performance: a. Offerors shall submit information regarding two past jobs they have performed or are performing within the last year and a half. b. Offerors shall state the name/number/identifier of the effort, the dollar amount and period of performance of the submitted jobs. c. Offerors shall provide the name, organization, phone number and email address of a point of contact for each past performance submission. (xix)Submission of Quotes: Quotes shall be forwarded to Toni Davis via email at toni.m.davis3.civ@mail.mil Facsimile submission will not be accepted. (xx)The point of contact for this acquisition is Toni Davis (Contract Specialist) or Woodrow Bell (Contracting Officer). Mrs. Davis can be reached via email: toni.m.davis3.civ@mail.milat (703) 697-8940. Woodrow Bell can be reached via email: woodrow.w.bell.civ@mail.mil or telephone at 703) 602-1464. (xxi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. 1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3. Tradeoffs are not permitted. 4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Exchanges may occur. 6. Non-cost factors: The non-cost factors are Approach and Past Performance a. Approach will evaluate offerors' proposals to address the Government's requirements, to include vehicles offered and that vehicles will be at the designated pick up points in a timely manner. b. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluated for acceptability. The evaluation ratings will be acceptable or unacceptable. 7. Acceptability Standards: a. The approach addresses every requirement of the schedule. b. Offeror is a DOD approved carrier by DTMO and listed on the Military Bus Program. c. Available on the required days d. Past performance: Performance on submitted examples is relevant and acceptable. 8. Cost: Cost will be evaluated as follows: The overall total of the SAMPLE REQUIREMENT CHART. The total of the listed unit price multiplied by the quantities shall be the evaluated price should the Overall Total on the sample be calculated incorrectly, on the submission. (xxii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xxiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xxiv)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxv) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer System for Award Management. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxvii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-16-Q-0042/listing.html)
- Place of Performance
- Address: Sheraton Pentagon City, 900 S Orme St, Arlington, VA 22204., Arlington, Virginia, 2204, United States
- Record
- SN04092019-W 20160423/160421235144-d64d37bdfd3d27f22eb256d9c9a40bc2 (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 |