Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2005 FBO #1152
SOLICITATION NOTICE

V -- Charter bus services for transportation of approximately 700 ND Air National Guard personnel from Fargo, ND to Volk Field, WI for training purposes.

Notice Date
1/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
119 FW, 1400 28 Avenue North, Fargo, ND 58102-1051
 
ZIP Code
58102-1051
 
Solicitation Number
F9SGN050130100
 
Response Due
1/28/2005
 
Archive Date
3/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ND Air National Guard  Fargo, ND  Motor-Coach Charter Services for the transportation of ND Air National Guard (119th FW) personnel: This requisition number F9SGN050130100 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-27. This acquisition is 100% set aside for small business; NAICS: 485510; Dollars: $6.0 Million. Non-pers onal services: To provide the 119th FW fifteen (15) each motor-coaches; the coach sizes shall be no less than forty-seven (47) passenger. All coaches shall be equipped with bathroom facilities. Market research has indicated that the approximate sizes of av ailable charter motor-coaches range from 47 to 55 passengers. Please quote with the Best Value in mind for cost to the Government. This requirement is for Round Trip transportation of approximately seven-hundred (700) military personnel and their baggage ( approximate baggage weight per individual is 70 lbs.) NON-STOP travel from the ND Air National Guard (Hector Field) Location: 1400 28th Ave. N., Fargo, ND 58102-1051 to Volk Field (Camp Douglas) Training Facility Wisconsin; Located off Interstate 94 betwee n the towns of Oakdale, WI and New Lisbon, WI; a distance of approximately four-hundred seventeen (417) miles from Fargo, ND. The Government reserves the right to establish and change the motor-coach schedule with appropriate written notification to the co ntractor by the 119th FW Base Contracting Officer. Contractor shall pre-position the motor-coaches with drivers in the parking lot west of building 400 (Head quarters building). no later than one (1) hour prior to schedule departure time on the specified d ate. Vehicles will be inspected upon delivery and all discrepancies noted. All drivers must have verifiable experience in chartered transport and comply with all applicable legal requirements. The contractor shall comply with all applicable laws and legal requirements governing the operation of charter vehicles. Motor-coaches determined to be unsafe or unsatisfactory; the contractor shall provide replacement to ensure scheduled departure times are met, at no additional cost to the Government. Contractor sha ll plan for repairs or replacement of any coach in the event of mechanical failure while enroute. All maintenance and repairs on coaches are the sole responsibility of the contractor and will not be performed on Government property. Contractor shall perfor m safety and maintenance checks and to ensure clean and sanitary conditions exist on coaches at all times. All vehicles shall be clean on the interior and exterior at time of delivery and free of tobacco smoke odors. Contractor is responsible for all vehic le fluids including fuel and oil. Contractor will procure all necessary licenses and permits necessary to conform to all laws, regulations and ordinances applicable to perform this contract and shall not require the Government to defray these costs. Return Date and Time: All personnel will return (re-deploy) to Hector Field, Fargo, ND Air National Guard Base in mass on Friday March 18, 2005 starting at 0700 hrs with 10 minute intervals between departing motor-coaches. Pre-staging of motor-coaches shal l be at least one (1) hour prior to departure times. Due to the distance and time between deployment and re-deployment; it is the contractors discretion if they intend to return (dead-head) back to their place of business from 13 to 18 March 2005; motor-c oach services shall not be required during the training period. All fifteen (15) contracted coaches shall be required to return all deployed personnel to home stati on. Government supplied box lunches shall be served on the motor-coaches to NDANG members while enroute for deployment and re-deployment; disposal of box lunch garbage will be the sole responsibility of the 119th FW personnel at the destination points. In cases of inclement weather when and where travel in not advised; the 119th FW reserves the right to Terminate for Convenience to the Government; this contract at no cost with a minimum of forty-eight (48) hour notice to the contractor. The following clauses and provisions apply to this solicitation: FAR 52.212-1 Instructions of Offerors Commercial Items (Jan 2004) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (JAN 2005) FAR 52.212-4 Contract Terms and Condition s Commercial Items (Oct 2003) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation (Jan 2004) FAR 52.222.21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-36 Affirmative Action for Action for workers with disabilities (Jun 1998) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.252-6 Authorized Deviation is Clauses (Apr 1984) DFARS 252. 212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) DFARS 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003) Basis of Award: A Firm- Fixed Price Award will be made based on Best Value to the Government; to the lowest priced offeror, best demonstrating the ability to satisfy the requirements specified. Offerors of any equal must provide descriptive literature to this office for evaluatio n prior to closing date stated above. Effective Jan 1, 2005 contractors must be registered at the Online Representations and Certifications Application (ORCA) website, http://orca.bpn.gov/. Before logging on to ORCA you must have an active Central Contrac tors Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. CCR registration can be completed through the Internet at http://www.ccr.gov/ or by calling (888) 352-9333. Contractors failure to submit their Offerors Representations and Certifications will be considered non-responsive and will not be considered for this award. Contractors will also be required to register in Wide Area Work Flow (WAWF) for the electronic submission of invoices and may be completed after award. WAWF can be found at https://wawf.eb.mil. Training for WAWF use can be found at http://www.wawftraining.com/. Contractors wishing to bid on this solicitation MUST be approved through the Surface Deployment and Distribution Command (SDDC) which was previously called Military Traffic Management Command (MTMC). To register as a registered carrier, go to the following web site https://eta.mtmc.army.mil/. Award Process: RFQ return date: On or before the close of business (4:30PM) CST on 28 JAN 05. This may not be an all or nothing contract award due to the number of coaches required; multiple contracts may be issued to two (2) or more qualified contractors if necessary. If a single qualified contractor can supply the proper amount of coaches at the times specified, a single contract may be contemplated. Point of Contacts for this requirement is: SMSGT Brit D. Stevens at Tel. (701) 451-2331, Fax (701) 451-2334, e-mail: brit.stevens@ndfarg.ang.af.mil. Print out this solicitation and provide your pricing and business information in the blanks provided. Dunn & Bradstreet Number: ___________________, CAGE Code: ________________, Federal Tax ID Number: ____________________ Motor Coach Charter Service. List all sizes of Motor-Coach passenger capacity being quoted: __________________________________________________________________________________________ _________________________________________________________ _________________________________ Pricing: FOB destination to Fargo, ND 58102-1051, prices shall include all labor, materials, and equipment necessary to provide Motor Coach Charter Service. Motor-coach individual cost: ______________________, Total cost of this quotation: ____________________
 
Place of Performance
Address: 119 FW 1400 28 Avenue North, Fargo ND
Zip Code: 58102-1051
Country: US
 
Record
SN00736897-W 20050121/050119211843 (fbodaily.com)
 
Source
FedBizOpps.gov 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.