Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

V -- V222-CHARTER BUS SERVICE

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T3182
 
Response Due
8/26/2016
 
Archive Date
9/26/2016
 
Point of Contact
DANIEL D. GERONIMO 808-473-8000 X4520 GEORGE PINEDA
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3182. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160811. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 485510 and the Small Business Standard is $15.0 M. This is a competitive, unrestricted action and the Small Business concurs. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 “ 55 Passenger Charter Bus Services in accordance with attachment 4 - Bus Schedule. Period of performance: 29 August 2016 to 01 September 2016 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management (July 2013) 52.204-13SAM Maintenance (July 2013) 52.204-16Commercial and Government Entity Code Reporting 52.204-17Ownership or Control of Offeror 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.204-20Predecessor of Offeror (Attachment 0001) 52.209-2Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.209-11Delinquent Taxes or Felony Conviction (Attachment 0002) 52.212-1Instructions to Offerors 52.212-3, Alt 1Offeror Reps and Certs (Attachment 0003) 52.212-4Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.219-28Post Award Small Business Program Rerepresenation 52.222-3Convict Labor 52.222-19Child Labor “ Coorperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26Equal Opportunity (April 2015) 52.222-36Affirmative Action for Workers w/Disabilities 52.222-50Combatting Trafficking in Persons (March 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction of Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-36Payment by Third Party 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates ¦ (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only. It is not a Wage Determination. Employee Class: Bus Driver - WG-7 Step 2 Monetary Wage-Fringe Benefits: $24.84-32.85% 52.222-55 Minimum Wages Under Executive Order 13658 52.222-22Previous Contracts and Compliance Reports (Feb 1999) 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegation. 52.252-1Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Dev 2016-O0003) Oct 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7048Export-Controlled Items (June 2013) 252.232-7003Electronic Submission of Payment Requests (Mar 2008) 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) All offerors must include a completed copy of Attachments 1, 2, and 3 with their quote or may not be considered for award. Attachments: Attachment 1 - FAR 52.204-20 Predecessor of Offeror Attachment 2- FAR 209-11 Tax Liability Attachment 3 - FAR 52.212-3 Alt 1 Reps and Certs Attachment 4 “ Bus Schedule Attachment 5 “ Wage Determination This announcement will close at 1300PM HST on Friday, August 26, 2016. Contact Daniel Geronimo who can be reached at (808) 473-8000 ext 4520 or email: Daniel.geronimo1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this procurement must be submitted by 1200 HST on Friday, August 26 2016. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of lowest price technically acceptable and a determination of responsibility. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3182/listing.html)
 
Place of Performance
Address: 1942 GAFFNEY STREET, PEARL HARBOR, HI
Zip Code: 96860
 
Record
SN04243039-W 20160828/160826234843-e5260fad9ea09f59ca224e59ce0da3e1 (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.