Loren Data Corp.

'

 
 

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

Contracting and Purchasing Division, P.O. Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, S.C. 29905-5000

V -- BUS CHARTER SERVICE FOR MARINE CORPS RECRUITS SOL M00263-97-B-0002 DUE 090997 POC Contact Barbara Coppinger, Contract Specialist, (803) 525-2190, Linda Stroh, Contract Specialist, (803) 525-2151 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. (ii) Solicitation M00263-97-B-0002 is being issued as an Invitation For Bid (IFB). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. (iv) This acquisition is restricted to small businesses. The associated standard industrial classification code is 4141. (v) The solicitation contract line item numbers, estimated quantities, units, and item descriptions, to include option years, are as follows: 0001- Provides commercial bus transportation of inbound recruits, male and female, from Charleston International Airport, Charleston, South Carolina, to Marine Corps Recruit Depot, Parris Island, South Carolina. Estimated Annual Quantity = 500 buses. Unit/Bus. Unit Price-Base Year -- (1 Oct 1997 through 30 Sep 1998) P/Bus =__ __ ____. Option Period I -- (1 Oct 1998 through 30 Sep 1999) P/Bus __ __ ____. Option Period II -- (1 Oct 1999 through 30 Sep 2000) P/Bus__ __ ____. Option Period III -- (1 Oct 2000 through 30 Sep 2001) P/Bus __ __ ____. Option Period IV -- (1 Oct 2001 through 30 Sep 2002) P/Bus __ __ ____. 0002 -- Delay charges, as specified in paragraph (vi)(i). Estimated Annual Quantity = 30. Unit/Hr. Unit Price-Base Year -- (1 Oct 1997 through 30 Sep 1998) P/Hr =__ __ ____. Option Period I -- (1 Oct 1998 through 30 Sep 1999) P/Hr __ __ ____. Option Period II -- (1 Oct 1999 through 30 Sep 2000) P/Hr__ __ ____. Option Period III -- (1 Oct 2000 through 30 Sep 2001) P/Hr __ __ ____. Option Period IV -- (1 Oct 2001 through 30 Sep 2002) P/Hr __ __ ____. 0003 -- Cancellation charges as specified in paragraph (vi)(j). Estimated Annual Quantity = 20. Unit/Bus. Unit Price-Base Year -- (1 Oct 1997 through 30 Sep 1998) P/Bus =__ __ ____. Option Period I -- (1 Oct 1998 through 30 Sep 1999) P/Bus __ __ ____. Option Period II -- (1 Oct 1999 through 30 Sep 2000) P/Bus__ __ ___&llmdash;. Option Period III -- (1 Oct 2000 through 30 Sep 2001) P/Bus __ __ ____. Option Period IV -- (1 Oct 2001 through 30 Sep 2002) P/Bus __ __ ____. (vi) A firm-fixed price indefinite-delivery contract will be issued for one base year with four option periods. The contract will provide bus service to transport Marine Corps recruits from the International Airport, Charleston, South Carolina, to the Marine Corps Recruit Depot, Parris Island, South Carolina. (a) Schedule of Service -- Normal requirement is for three scheduled days per week, Monday through Wednesday. When a Federal Holiday falls on a Monday, the contractor shall provide bus service Tuesday through Thursday. Federal holidays are listed as follows: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving, and Christmas. In the event of a change to either of the schedules identified above, the Government will provide oral notice within five working days prior to the schedule change. The notice will be confirmed in writing. The contractor shall then provide bus service in accordance with the change. Should a passenger(s) miss their scheduled flight causing the Government to have an additional unscheduled requirement, the contractor will be given the opportunity to accept or decline the service. There will be approximately 11 "No Ship" weeks annually. The term "No Ship" week is defined to mean a week in which no recruits will be shipped, therefore, no buses will be required. The contractor will be notified five working days prior to the beginning of the "No Ship" week. (b) Requirement Estimates -- The estimated requirement for the base year, 01 October 1997 through 30 September 1998, and each option year thereafter, is approximately 500 buses for an estimated 20,000 passengers per year. With peaks and lows in the recruit shipping process, there is no fixed monthly or quarterly requirement of buses. Each bus shall be capable of transporting, at a minimum, 43 personnel. The average daily requirement is approximately two buses, for approximately 80 -- 90 personnel with baggage. The maximum number of buses may be as high as five per day during peak periods. These estimates are for information purposes only, and do not obligate the Government to acquire a specific number of buses for transporting recruits. (c) Bus Specifications -- Buses shall meet the minimum specifications required by the Military Traffic Management Command (MTMC) and the Department of Transportation (DOT). (d) Military Traffic Management Command (MTMC) Approval -- Offerors shall be an approved motor coach carrier by MTMC. Offerors shall submit evidence that they are an approved MTMC carrier with their bid. Any bid received without this evidence, may be rejected as nonresponsive. MTMC may be contacted at: HQ MTMC, ATTN: MTOP-QQ, 5611 Columbia Pike, Falls Church, VA 22041-5050, (703) 681-6740. (e) The Department of Transportation (DOT) Ratings -- Carriers shall be rated satisfactory to qualify for MTMC approval. Offerors shall submit evidence of their DOT rating through MTMC with their bid. Any bid received without evidence of this DOT rating may be rejected as nonresponsive. (f) Insurance -- Carriers shall have insurance coverage in the amount required by the Interstate Commerce Commission (ICC) regardless of whether they are engaged in interstate or intrastate operations. Commercial insurance is not required for those carriers self-insured under ICC/DOT criterion. For those interstate carriers not licensed by ICC, a current certificate of insurance shall be filed with HQMTMC. A copy of the certification must be submitted with Offeror's bid. Failure to submit such certification may cause offeror's bid to be rejected as nonresponsive. (g) State Operating Authority -- Carriers must have current operating authority from those states in which they will perform operations for the Government. Offerors shall submit a copy of their South Carolina State Operating Certificate or a separate notarized statement that they meet all South Carolina state licensing requirements with their bid package. Failure to submit the certification may cause offeror's bid to be rejected as nonresponsive. (h) Request for Service -- The Marine Liaison at the Charleston Airport shall act as the Government's Representative and has the authority to place oral orders for transportation service. Each order shall include the date services are required and the number of buses needed on that date. The Contractor shall respond within three hours of receipt of the Government's oral request. The Government's Representative has the right to refuse Contractor's service when any one of the following conditions exist: 1) Contractor's driver is incapacitated (i.e., drunk or ill) or 2) Contractor's driver is unable to provide a valid license and/or proper identification, or 3) Contractor's vehicle does not meet the safety standards required by law or authority cited herein. (i) Delay -- The Government will compensate the Contractor for any delay of over 60 minutes once a bus has been positioned at the Charleston Airport. The Contractor may charge the Government at the rate per hour as specified in paragraph (v), line item 0002. (j) Cancellation -- If for any reason the Government fails to cancel a bus before departure from Contractor's place of business, the Government shall be liable for the cancellation charge specified in paragraph (v) line item 0003. (k) Safety and Accident Prevention -- The carrier, while performing any transportation on a Government installation shall conform to all safety rules and regulations of the installation. (l) Accident Reporting -- When a carrier bus is involved in an accident, the Contractor will, as soon as possible, but no later than one hour from the time of the accident, provide pertinent information to the Command Duty Officer at phone number (803) 525-3712. The information shall, at a minimum, include the date, time, place of accident, nature of the accident, number of passengers aboard the bus, number and location of injured passengers, and arrangements to accommodate the uninjured passengers pending onward travel. The Contractor shall release information on any injured or deceased passenger(s) to the Command Duty Officer upon request. (m) Driver Qualifications -- In addition to meeting the DOT requirements, drivers shall be legal residents of the United States, be able to communicate in English, and be properly qualified to operate the type of bus(es) owned by the contractor. (n) Contractor Delay/Nonperformance -- The contractor shall compensate the Government for any delay in service or failure to provide a bus as scheduled. If the Government is forced to reprocure a service, resulting from a delay in service or nonperformance by a contractor, the contractor shall be liable for the contracted amount and any difference between the contracted amount for the service and the cost to reprocure the service. If the contractor experiences an emergency situation beyond its control, the contractor may provide substitute transportation as defined in paragraph (o). (o) Substitute Services -- The contractor shall not subcontract any part of this contract. If the contractor is unable to provide a scheduled service due to an emergency beyond its control, the contractor may provide substitute transportation at the contractor's own expense utilizing contractors own resources. The substitute carrier must hold a current, approved agreement with MTMC. Contractor shall notify the Contracting Officer, orally, of its intention to substitute carriers. The notice shall be confirmed in writing within 24 hours of the substitution. A copy of the substitute carrier's MTMC certification shall accompany the written notice. (p) Quality Control Plan Contractor shall provide the Contracting Officer with a copy of its established quality control program to ensure that contractual requirements are provided in accordance with standard commercial practices. If Contractor does not have a current quality control plan, Contractor shall establish and maintain a plan. A copy will be delivered to the Contracting Officer within 30 days from date of award. (vii) Inspection and Acceptance Services shall be inspected and accepted by authorized Government representatives at the Marine Corps Recruit Depot, Parris Island, South Carolina. The Government will provide the Contractor with a copy of a Transportation Receiving Ticket (TRT). Contractor will be required to reproduce the TRT's at Contractor's own expense. Contractor's driver shall ensure that TRT's are properly filled out and signed by the Marine Corps Liaison at the Charleston Airport and delivered to the Government Representative at destination. The original copy shall be retained by the contractor, and one copy of the completed TRT shall be delivered to the receiving Drill Instructor at Parris Island. A manifest, provided by the Marine Liaison shall also be delivered by the driver to the receiving Drill Instructor at Parris Island. All services shall be quoted FOB destination at Recruit Receiving, Building #6000, Marine Corps Recruit Depot, Parris Island, South Carolina. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this acquisition: (viii) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items, to include the specific evaluation criteria in paragraph (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 in descending order of importance: 1) Value based on past performance. 2) Value based on total cost to the Government to include the cost of estimated delays and cancellations. 3) Contractor's quality assurance programs. (x) Offerors shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with a copy of its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following additional FAR clauses are incorporated by reference: 52.216-18, Ordering (a) -- Such orders may be issued from date of award through contract expiration; 52.216-19; Order Limitations (a) 1 Bus (b)(1) 5 Buses (b)(2) 5 Buses (b)(3) 1 day (d) 1 Hour; 52.216-22, Indefinite-Quantity (d) 30 September of the contract period; 52.217-9, Option to Extend Services; 52.232-18, Availability of Funds; 52.247-4, Inspection of Shipping & Receiving Facilities (b) A site visit has not been scheduled. (c) For further information contact Barbara Coppinger at (803) 525-2190; 52.247-5, Familiarization with Conditions; 52.247-6, Financial Statements; 52.247-8, Estimated Weights or Quantities Not Guaranteed; 52.247-17, Charges and 52.247-21 Contractor Liability for Personal Injury. (xii) The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause by reference apply: (b) FAR 52.203-6, Restriction on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. (c) FAR 52.222-41, Service Contract Act of 1965, As Amended. Department of Labor Wage Determination 94-2473-(R10) applies to this contract and may be provided upon request; 52.222-42, Statement of Equivalent Rates for Federal Hires and 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this contract: 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited in the clause by reference apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders and 252.233-7000, Certification of Claims and Requests for Adjustments or Relief. Each Offeror shall review the preceding clauses and provisions incorporated by reference in paragraphs (viii through xii) above, and return a completed copy of FAR 52.212-3 with its offer. A copy of the provision may be provided upon request. (xiii) Orders shall be placed against this contract by Marine Corps Recruit Depot (Liaison Office), Parris Island utilizing the procedures outlined in FAR 16.505. Oral orders shall be confirmed in writing with an completed Transportation Receiving Ticket (TRT). Orders may be issued by facsimile, or electronic commerce methods, when available. The Government reserves the right to utilize Government (Visa) credit card as a payment method upon delivery and acceptance of services and receipt of a valid invoice. Invoices shall be issued monthly and delivered to the Traffic Management Office (TMO), Parris Island, South Carolina. Invoices must be issued in accordance with Far 52.212-4(g). (xiv) The Defense Priorities and Allocation System (DPAS) assigned rating is DO S10. (xv) Submit bids, to include the completed provision and required documents, to reach the Contract and Purchasing Division, Attn Formal Contracts Branch, Bldg 159, Marine Corps Recruit Depot, Parris Island, SC 29902, on or before 3:00 P.M., Eastern Standard Time, September 9, 1997. Bids may be faxed at (803)525-2163 provided the bid package and its required documents are submitted in its entirety within the required time frame. (xvi) Contact Barbara Coppinger or Linda Stroh, Contract Specialists at (803) 525-3706. All responsible sources may submit an offer which shall be considered by the agency. See Note 1 (0231)

Loren Data Corp. http://www.ld.com (SYN# 0134 19970821\V-0004.SOL)


V - Transportation, Travel and Relocation Services Index Page