Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2022 SAM #7378
SOLICITATION NOTICE

V -- WMATA SmartBenefits

Notice Date
2/10/2022 1:04:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485111 — Mixed Mode Transit Systems
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
 
ZIP Code
207550549
 
Solicitation Number
612267130
 
Response Due
2/14/2022 11:00:00 AM
 
Archive Date
03/01/2022
 
Point of Contact
Daniel Limoges, Phone: 301-225-5647, Michelle Bontempo
 
E-Mail Address
daniel.g.limoges.civ@mail.mil, michelle.l.bontempo.civ@mail.mil
(daniel.g.limoges.civ@mail.mil, michelle.l.bontempo.civ@mail.mil)
 
Description
COMBINED SYNOPSIS/SOLICIATION WMATA Request for Quote (RFQ) 612267130 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.105(b) and the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This RFQ 612267130 is using Simplified Acquisition Procedures under FAR Part 13.This requirement is being solicited as a single source procurement under FAR 13.106(b), but all responsible sources�may�submit quotation which�shall�be considered by the agency. A Contract Award resulting from this combined synopsis/solicitation is Subject to Availability of Funds IAW FAR 52.232-18 CONTRACT TYPE: A Fixed price Purchase Order. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): The NAICS code for this requirement is 485111 � Mixed Mode Transit Systems with the corresponding size standard of $16.5M average annual revenue. The right to make no award is reserved in the event it is advantageous to the Government to do so. DESCRIPTION: This requirement is to provide transportation services throughout the National Capital Region �under the Mass Transit Benefit Program- Smart Benefits for DISA employees. SUBMISSION OF QUOTES:� Quotes shall be submitted via email to the following via email ONLY: Quotes Due: Monday, February 14, 2022; 2:00PM Eastern Local Time. The subject line of all emails that comprise the quote shall be formatted as follows: Subject: 612267130/Company Name/Email X of X (insert number of the email and total number of emails.) Any questions in reference to this RFQ must be submitted in writing to the Contracting Officer, Michelle Bontempo at michelle.l.bontempo.civ@mail.mil. and Contract Specialist, Daniel Limoges at daniel.g.limoges.civ@mail.mil. NO questions will be considered after the questions due date. It is the responsibility of the offeror to view the website beta.sam.gov for any changes or amendments to this RFQ. PERIOD OF PERFORMANCE (POP):� The period of performance (PoP) will consist of a 6 month period. February 15, 2022 � July 14, 2022 is the estimated PoP. FOB will be destination on all services required.� LINE ITEM NUMBERS: CLIN 0001: Mass Transit Benefits under the Smart Benefits Program, See Attachment 1 For Fare Details. PLACE OF PERFORMANCE: Mass transit service provided throughout the National Capital Region (NCR). SYSTEM FOR AWARD MANAGEMENT: In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM).� Visit the SAM website at https://www.sam.gov/SAM/ for further information. DISCREPANCIES: If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without interchanges with the offeror.� WARRANTY: Offerors shall provide the same warranty terms as offered to the general public in customary commercial practice. REQUIRED CLAUES: The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items and the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items is applicable to this requirement (See applicable clauses/provisions/addendums). Additional Clauses and Provisions that are required and applicable are included in Attachment 3. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04 Effective January 30, 2022 and Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl. See Attachment 3 for additional clauses. It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Offerors must also be aware of applicable labor laws, including Service Contract Labor Standards (see FAR Clause 52.222-41). DPAS RATING: DPAS rating is not assigned to this requirement. SECTION 508: Section 508 Accessibility Standards do not apply to this requirement. INSTRUCTION TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) is applicable to this requirement. Addendum to 52.212-1(b), Submission of Offers is tailored as follows: (b) Submission of offers: ����� (12) Other Instructions �������������� (i) General Information ����������������������� (A) Points of Contact: The contracting officer (KO) and contract specialist (CS) are the sole points of contact for this procurement.� Address any questions or concerns you may have to the KO/CS.� Written requests for clarification must be sent to the KO/CS at daniel.g.limoges.civ@mail.mil and michelle.l.bontempo.civ@mail.mil. ����������������������� (B) Discrepancies: If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the KO in writing with supporting rationale.� The Government reserves the right to award this effort based on the initial quote, as received, without discussion.� ����������������������� (D) Communications: Exchanges of source selection information between Government and offerors will be controlled by the KO and CS.� Email will be used to transmit such information to the offeror and will include �Source Selection Information � See FAR 2.101 & 3.104� in the Subject line. �� (ii) Offerors are requested to submit a quote in response to this Combined Synopsis Solicitation and Fare list. �������������� (iii) In accordance with (IAW) DISA Special Contract Requirement H1, each offeror shall specifically identify in its quote whether or not any potential or actual Organizational and Consultant Conflicts of Interest (OCCI), as described in Federal Acquisition Regulation (FAR) Subpart 9.5, exists for this instant procurement.� If the offeror believes that no OCCI exists, the OCCI response shall set forth sufficient details to support such a position.� If an offeror believes that an actual or perceived OCCI does exist on the instant procurement, the offeror shall submit an OCCI plan with the quote, explaining in detail how the OCCI will be mitigated and/or avoided. �� (iv) Submit a quote in response to this RFQ.� The Government reserves the right not to consider for award any quote that does not adhere to the administrative requirements of this RFQ. ��������� � 52.212-1(c), Period for Acceptance of Offers is tailored as follows:� (c) Period for acceptance of offers.� The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.� The offeror shall make a clear statement in the quote documentation volume that the quote is valid through this date. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) is tailored as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical (ii) Price The Government will award to the lowest price, technically acceptable quote. The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past performance is not an evaluation factor but shall be used in determining contractor responsibility in accordance with FAR 9.104. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. b. Evaluation Factors and Subfactors The following evaluation factors will be used to evaluate each quote Factor 1: Technical: The Technical factor will be evaluated and rated either Acceptable or Unacceptable. In order for a quote to be rated overall Technically Acceptable, the offeror must confirm by providing a quote in response to this RFQ, PWS in Attachment 2 and the fare list as described in Attachment 1. Offerors also must confirm it can provide access to the Washington Metropolitan Area Transit Authority (WMATA) SmartBenefits employer account via email, website, or letter. Factor 2: Price. Price will be evaluated to determine if they are reasonable and complete.� Price reasonableness is established through cost and price analysis techniques as described in FAR 15.404.� For a price to be complete, all solicitation requirements must be priced, figures correctly calculated, and prices presented in a clear and useful format.� The Government reserves the right, but is not obligated, to conduct a realism analysis. ��� Offerors should ensure price quotations include detailed information regarding the fare rates. Screen prints or a download of a published price list is an acceptable price quotation as long as the prices include all fees applicable to this requirement. RESPONSIBILITY DETERMINATION/PAST PERFORMANCE: Provision FAR 52.212-3 must be completed and up to date through SAM.gov. Past performance will be reviewed as part of a responsibility determination but will not impact the technical acceptability evaluation.� If overall past performance is found to be unacceptable, this may be cause for the offeror's quote to be excluded from further evaluation.� However, a prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history. The Government may use Supplier Performance Risk System (SPRS) information for past performance information and meet the requirements of the responsibility determination. For details concerning SPRS, refer to the User Guides, htps://www.sprs.csd.disa.mil/reference.htm. The Government may also use other internal Government information and records for responsibility determinations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0255b306a75d4af1af82cb2869b6b6c7/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN06239055-F 20220212/220210230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.