Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2016 FBO #5298
SOLICITATION NOTICE

V -- FY16 Specialized Course CTOC/ROL - Performance Work Statement - Bus Schedule

Notice Date
5/24/2016
 
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
HQ001316Q0044
 
Point of Contact
LaVivian Peasant, Phone: 703-697-8942, Woodrow Bell, Phone: 703 697-8952
 
E-Mail Address
lavivian.r.peasant.civ@mail.mil, Woodrow.w.bell.civ@mail.mil
(lavivian.r.peasant.civ@mail.mil, Woodrow.w.bell.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FY 16 Specialized Course- Bus Schedule FY 16 Specialized Course- Transportation Services (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, HQ001316Q0044, 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 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 Effective 16 May 2016. 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 for 65 individuals participants in support of the FY16-Specialized Course (CTOC & HR/ROL). The North American Classification System (NAICS) code is 485510, size standard is $15 million. (v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The contractor shall provide transportation servics to support FY16 Specialized. The Period of Performance is 13 June-24 June 2016 (vi) DSCA intends to purchase the services unders the following Contract Line Items (CLIN) (See Attachment). (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 65 participants. Please refer to the attached transportation schedule. b) The most current transportation matrix is attached. c) 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. (See Attachment) (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 Tuesday 31 May 2016 no later than 12:00 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. - Provide the Perry Centertr 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 Perry Center Center. This information is required for security purposes at various DOD and Federal Government locations and shall be provided to the Perry 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. (xix)Submission of Quotes: Quotes shall be forwarded to lavivian.r.peasant.civ@mail.mil Facsimile submission will not be accepted. (xx)The point of contact for this acquisition is La Vivian Peasant (Contract Specialist) or Woodrow Bell (Contracting Officer). Ms. La Vivian Peasant can be reached via email: lavivian. r. peasant.civ@mail.mil (703) 697-8942. 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. 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. 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 (xxiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.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: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006)\ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Rerepresentation (Jul 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 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 (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.203-3, Gratuities (Apr 1984) 52.232-40, Providing Accerlerated Payments to Small Business Subcontractors (Dec 2013) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 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 252.203-7003, Agency Office of Inspector General (Apr 2012) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment 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 (xvii) Submission Requirements:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001316Q0044/listing.html)
 
Place of Performance
Address: Washington DC Metro Area, United States
 
Record
SN04127414-W 20160526/160524234817-ded634f6bb8e89c51ec522a2924ff93f (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.