Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1997 PSA#1914

Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113

V -- CHARTER BUS SERVICES SOL DTCG84-97-B-PARY01 DUE 090997 POC Ms. Danielle Tonsel, Contract Specialist at (757) 628-4120 This combined synopsis/solicitation for commercial items is prepared in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the final request for solicitation; bids are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a invitation for bids (IFB). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. This combined synopsis/solicitation is 100% small business set-aside in accordance with FAR subpart 19.5. The standard identification code (SIC) number is 4142 and the small business size standard is $5 million. This is a Indefinite Quantity/Indefinite Delivery type solicitation. To Provide Charter Bus Service to and from Philadelphia International Airport to and from U.S. Coast Guard Training Center, Cape May, NJ. BILLING/SCHEDULE: CLIN 0001 Base Year 1 October 1997 through 30 September 1998: 1 Bus @ $__ __ ____ X 260 (maximum) = $__ __ __ __, CLIN 0002 Option Year One -- 1 October 1998 through 30 September 1999: 1 Bus @ $__ __ ____ X 260 (maximum) = $__ __ __ __, CLIN 0003 Option Year Two -- 1 October 1999 through 30 September 2000: 1 Bus @ $__ __ __ ___ X 260 (maximum) = $__ __ __ __, CLIN 0004 Option Year Three -- 1 October 2000 through 30 September 2001: 1 Bus @ X 260 (maximum) = $__ __ __ __, CLIN 0005 Option Year Four -- 1 October 20001 through 30 September 2002: 1 Bus @ $__ __ &llmdash;___ X 260 (maximum) = $__ __ __ __. PERFORMANCE: Contractor shall provide Chartered Bus Service to transport inbound Coast Guard personnel for pick up at the U.S.O. Lounge at the Philadelphia International Airport and transport to the U.S. Coast Guard Training Center, Cape May, New Jersey. Pick up shall be performed on every Tuesday at approximately 5:00 PM (one bus estimated), and at approximately 7:00 PM (one bus estimated) and at approximately 9:45 PM (one bus estimated) unless notified of any time changes. Generally, Tuesday pick ups will consist of three (3) buses unless more or less are required. Contractor shall also provide Charted Bus Service to transport outbound Coast Guard Personnel from the U.S. Coast Guard Training Center, Cape May, New Jersey to the Philadelphia International Airport. Pick ups shall be performed on every Friday at approximately 12:15 PM (noon) and periodically there will be a Thursday pick at approximately 11:15 AM in lieu of the Friday pick up. This will only happen if a holiday falls on a Friday. QUANTITY OF SERVICE: The "Minimum" quantity of buses to be ordered during each CLIN year is 208. The "Maximum" quantity of buses to be ordered during each CLIN year is 260. EQUIPMENT REQUIREMENTS: All buses must be a 49 passenger or larger, and must be clean, safe and have a fully operative climate control during the entire contract period. Buses shall be inspected by a Coast Guard authorized personnel prior to loading passengers. Any buses that do not meet these requirements will be rejected prior to loading. FAR provision 52.212-1 Instruction to Offerors -- Commercial Items is incorporated by reference. The following are addendums to FAR provision 52.212-1: The following clauses are incorporated 52.214-5 Submission of Bids, 52.233-2 Service of Protest (OCT 95), 52.217-5 Evaluation of Options (JUL 90), 52.232-15 Progress Payments Not Included (APR 84). FAR provision 52.212-2 Evaluation—Commercial Item does not apply, award will be made to the offeror who submits the lowest, responsible bid. Offerors shall complete FAR Clause 52.212-3 Offers Representations and Certifications -- Commercial Items (MAR 96) and submit it with their offer. The certification shall be requested via fax from the Point of Contact identified below. FAR provision 52.212-4, contract Terms and Conditions -- Commercial Items in incorporated by reference. FAR provision 52.212-4 includes an addendum incorporating additional clauses. Please contact the number identified below to obtain the clause. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item (JUN 96) hereby applies to this acquisition. FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest After Award, FAR 52.203-6 Restriction on subcontractor Sale to the Government, with Alternate I, FAR 52.203-10 Price or Fee adjustment for Illegal or improper Activity, FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged and Women-Owned Small Business Subcontracting Plan, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veteran and Veterans of the Vietnam Ear, FAR 52.222-41 Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts). WAGES: The wage determination shall be requested via fax from the Point of Contact listed below. INSURANCE: Before commencing work under this contract, the contractor shall acquire a Certificate of Insurance in accordance with FAR clause 52.228-5 Insurance -- Work on a Government Installation (SEP 89). Insurance coverage will be as follows: WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE with employer's liability coverage of a least $100,000.00, GENERAL LIABILITY- bodily injury liability insurance coverage written on the comprehensive form policy -- at least $500,000.00 per occurrence and AUTOMOBILE LIABILITY -- required on the comprehensive form of policy, and shall provide bodily liability and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies shall provide coverage of at least $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000.00 per occurrence for property damage to be provided within 10 days after award date. NOTICE TO OFFERORS: It is the policy of the Coast Guard to issue solicitation and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and timely-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contract office is unable to satisfy the concerns, the offeror should then contact the Coast Guard solicitation Ombudsman at this address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593, telephone (202) 267-2285, Fax (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. (Note: Interested minority and women owned businesses may want to investigate the Department of Transportation's short loan program. For further information and applicable forms, please call (202) 366-2852). SUBMISSION OF BIDS: Bids shall be received at Commander (fcp-1), Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113, Attention Ms. Danielle Tonsel, by 2:00 PM local time on September 9, 1997. All bids shall be clearly marked with the bidder's name and solicitation number. No fax bids shall be accepted. POINT OF CONTACT: For information, questions and availability of forms, addendums, etc. please contact Ms. Danielle Tonsel via fax (757) 628-4134. For a SITE VISIT: please contact FSC Kurt Nance at (609) 898-6533. (0231)

Loren Data Corp. http://www.ld.com (SYN# 0133 19970821\V-0003.SOL)


V - Transportation, Travel and Relocation Services Index Page