|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1997 PSA#190612th Contracting Squadron/LGC, 395 B Street West, Randolph AFB, TX
78150-4525 V -- COMMERCIAL TRAVEL OFFICE SOL F41691-97-R0037 DUE 090897 POC
Connie D. Massenburg, 210-652-5121, Contract Specialist; Laura I.
Barbosa, 210-652-5111, Contracting Officer The rational for issuing
this synopsis is twofold. It cancels a previous solicitation notice and
advertises the new solicitation. Solicitation Number F41691-96-R0017,
V-Transportation, Travel & Relocation Services is being canceled due to
a mandatory change in acquisition strategy. All parties which responded
to the previous solicitation will be given an opportunity to submit
offers under the new solicitation, F41691-97-R0037, Commercial Travel
Office, as applicable based on whether the solicitation is set-aside
for small business or issued unrestricted. Requests to be placed on the
offeror's mailing list in response to this notice shall be requested in
writing from all businesses by 8 Sep 97. Requests should identify the
business size. The appropriated travel portion of the prosposed
solicitation is being considered for 100 percent set-aside for small
business (SB) concerns. Interested Small Business (SB) concerns shall
as early as possible, indicate interest in the acquisition by: (1)
Providing to the contracting office sufficient written information to
demonstrate their capability to perform the following requirements: (a)
Offeror Qualifications, (b) Equipment and Software Capabilities, (c)
Staffing and Personnel Qualifications, (d) Quality Control Plan and (e)
Performance Plan. (Reference technical evaluation factors identified in
the AETC Homepage Website, www-aetc.af.mil/cgi-bin/afpop?list; and, (2)
Providing a positive statement of eligibility as a SB concern by 22 Aug
97. If adequate interest and technical capabilities are not received
from SB concerns, the appropriated portion of the solicitation will be
issued as unrestricted, without further notice. Issuing an unrestriced
solicitation shall cause large business offerors to submit a
subcontracting plan with their proposal. Indications of interest from
SB concerns without required information regarding capability and
eligibility will not be considered in determining the suitability of
this requirement for a SB set-aside. Services provided will support
both appropriated and non-appropriated organizations. The leisure
travel services portion of the solicitation will not be set-aside for
SB concerns. For purposes of this procurement, the Standard Industrial
Code (SIC) is 4724, size standard $1M. Requests for consideration may
be faxed to (210)652-4673/7486. Interested companies without Website
access shall request in writing a copy of the technical evaluation
factors directly from the Contract Administrator at the above
referenced address. The government intends to make award from offers
received by the solicitation closing date which will be stated at
issuance of solicitation. The government will not pay for any
information or inquiry in response to this notice. As a result of this
solicitation, the government intends to separately evaluate proposals
for official travel services and proposals for leisure travel services
and make multiple awards. Two separate contracts may or may not be
awarded to the same offeror. Pre-proposal conference requirements will
be stated in the solicitation. CONTRACT PERIODS: Two year basic
contract period with a 12 month option period, for the first through
third option years. The government will evaluate offers for all option
quantities or periods contained in the solicitation in awarding the
basic contract. DESCRIPTION: Commercial Travel Services: Contractor(s)
to provide all personnel, equipment, materials, supervision and other
items or services necessary to perform the management and operation of
the commercial travel offices located at Randolph AFB, TX; Brooks AFB,
TX; Lackland AFB, TX, Goodfellow AFB, TX; Kelly AFB, TX; and Laughlin
AFB, TX for appropriated and/or non-appropriated funded organizations.
Total estimated dollar volume for appropriated funded travel is $24.6M
and the estimated volume for non-appropriated funded travel is $7.56M.
The non-appropriated portion consists of official and leisure travel
service. The non-appropriated portion does not obligate appropriated
funds of the United States Government. Nonappropriated funds are
generated by the military community through the sale of goods and
services and the collection of fees and charges for participation in
military community programs. The non-appropriated section of the
solicitation does not involve federal tax dollars. Each travel service
includes domestic and international travel services. Contractor shall
provide: (A) Domestic travel consisting of the following: 1)
Scheduled, commuter and charter airline tickets, 2) Bus tickets, 3)
Train tickets, 4) Ship tickets to include cruises, fishing/party boat
charters and ferries, 5) Hotel, motel reservations to include military
lodging 6) Arrange for air shipment of military working dogs to and
from Lackland AFB and provide airway bills as directed, 7) Car,
motorhome and other vehicle rental arrangements in conjunction with
other travel arrangements, 8) Complete package and custom tailored
tours/vacations of all types, 9) Travel Insurance, 10) 24-hour
year-round toll-free telephone service; and (B) International services
consisting of the following: 1)Visa/passport information, 2) All
airline tickets of regularly scheduled carriers, 3) Eurail pass
tickets, 4) Britrail tickets, 5) Regularly scheduled passenger ships,
6) Hotel reservations-all continents, 7) Charter flights, 8) Complete
tour vacation packages including car rental, 9) International drivers
license information, and 10) Travel insurance. (0219) Loren Data Corp. http://www.ld.com (SYN# 0129 19970811\V-0003.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|