Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

V -- Local Passenger Transportation Charter Service

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W33NY662200100
 
Response Due
9/27/2006
 
Archive Date
11/26/2006
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The reference number is W33NY662200100 and is issued as a Request For Quotation (RFQ). The North American Industry Classification (NAICS) code is 485510, the U.S. STANDARD INDUSTRIAL CLASSIFICATION (SIC) is 4141. This acquisition is being conducted usi ng simplified acquisition procedures in accordance with far part 13. Vendors must be approved and registered in Central Contractor Registration (CCR) (www.ccr.gov) prior to award in accordance with far 52.204-7. This combined synopsis/solicitation shall result in a firm fixed price contract with a base period of one (1) year and four one-year option periods. The government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the government. The Army Contracting Agency, Southern Region Contracting Center  East at fort mcpherson, ga intends to procure through full and open competition a contractor to provide shuttle bus services from the atlanta military entrance processing station (meps) loca ted at Fort Gillem Army Installation, GA to hartsfield international airport, designated hotels, and local medical offices. Bus company must be approved by the surface deployment and distribution command (sddc). Bus company must also be an approved depa rtment of defense (dod) bus, van & limo carrier for the state of georgia. The contractor must also have entered into the military bus agreement with sddc. Information regarding apply for this certification is on mtmc website at http://www.sddc.army.mil. Contractor shall have the appropriate motor vehicle accident liability insurance as required by applicable state laws. Buses should have a seating capacity of 55 people, equipped with operable air conditioning (ac) and heating systems and shall also incl ude baggage capacity. The number of applicants shall determine the number and size of the bus that is needed and the schedule coordinator will notify the contractor of the number of buses/size of bus needed for that day. Statement of work for applicant transportation 1. The contractor shall provide all personnel equipment, transportation, associated labor, tools, materials, supervision, and other items and services necessary to provide bus transportation for approximately 13 to 90 people daily, within the parameters de fined under schedule of services paragraph 7, herein. 2. Contractor personnel shall be fully competent in performance of services required. The contractor shall provide sufficient, supervisory and direct labor personnel, to ensure full accomplishments of all work are required. 3. All personnel employed by the contractor, in the performance of this contract, or any representative of the contractor entering into the military installation and into government buildings, shall abide by all security regulations of the installation and building and shall be subject to checks as my be deemed necessary. The government reserves the right to direct removal of any employee(s) from performance of this contract for misconduct or security reasons. The removal of employee(s) by direction of th e government does not relieve the contractor from responsibility for total performance of tasks specified herein. 4. Any personnel appearing to be under the influence of alcohol or drugs or who use abusive language shall be replaced by the contractor with qualified personnel for completion of services being performed. 5. Location of applicants is within the confines of the atlanta military entrance processing station (meps), 1500 hood avenue, bldg 720, fort gillem, ga 30297-5000 and designated hotel wi thin a twenty (20) mile radius of the meps. 6. The atlanta meps will notify the carrier one (1) day prior of the number of buses needed to transport applicants to the airport the following day. The number of applicants shall determine the number of buses needed. 7. Schedule of services a. Medical consults: transportation to be performed on a single round trip basis when required monday through thursday beginning no earlier than 0800 hours. Carrier msut ensure applicants reach appointment destinations on time. The carrier will be noti fied the morning of the actual applicants appointment. Normally, the call is made by the atlanta meps between 0600 to 0700. Applicants will be transported to various locations within a 20 mile radius of the atlanta meps, 1500 hood avenue, bldg 720, fort gillem, ga 30297. Applicants will require return trip to the atlanta meps after appointments no later than 1530 pm. The number of applicants needing transportation will vary from one (1) to seven (7) per week. b. Shippers: transportation to be performed monday through friday from 1500 hood ave, bldg 720, fort gillem, ga to hartsfield- jackson international airport, between the hours of 1130 to 1330. These applicants will not require return transportation. Amo unt of applicants will vary from thirteen (13) to ninety (90). During the summer months, the applicants requiring transportation is normally sixty (60) to ninety (90). c. Holdovers and night testers: transportation to be performed monday through thursday and at least two (2) scheduled fridays per/month from 1500 hood avenue, bldg 720, fort gillem, ga 30297 to the doubletree hotel 3400 norman berry drive, atlanta, ga 303 44 between the hours of 1900 and 2100. The number of applicants will vary from thirteen (13) to thirty (30). 8. Employees: a. Contract personnel shall present a neat appearance. b. The contractor shall furnish an identifying badge, which shall include as a minimum, the persons name, name of contractor, and job description. Each employee shall wear a badge on the outer clothing on the front of the body between the neck and waist and such badge must be visible at all times. 9. All vehicles utilized must be in accordance with the military bus agreement and surface deployment and distribution command (sddc) formerly military traffic management command regulations (mtmc). 10. All vehicles utilized must have air conditioning and heating systems in operable conditions, excluding open window ventilation. 11. The vehicle maintenance log will be available for review at all times. 12. Vehicles transporting shippers, holdovers and night testers must be equipped with storage compartments to stow applicant luggage. 13. Contractor will replace any vehicle(s) that does not meet the minimum requirements set forth in the surface deployment and distribution command formerly military traffic management command military bus agreement, within 30 minutes of notified by the co ntracting officer or his/her representative. 14. Drivers are not to use cell phone without a hand-free device. The following provisions and clauses apply to this acquisition and the full text may be viewed at the following web site: http://farsite@hill.af.mil 52.212-1, instructions to offerors commercial (jan 2005); Addendum 52.212-1 instructions to offerors the offeror will need to submit the following items with their quote: 1) complete bid schedule, and any/all amendments 5 2.212-2, evaluation commercial items (jan 1999): Addendum 52.212-2 evaluation factors quotes will be evaluated in accordance with far 13.106-2 and 15.101-2, which will be based on lowest price technically acceptable. A comparative evaluation between offers will be conducted. The basis for award will be determined by the lowest evaluated price of proposals meeting or exceeding the acceptability requirements stated below. The government will award the contract to the offeror who represents the bes t value in terms of acceptability and price. Evaluation criteria The following factors will be evaluated: technical capability and price (these factors are of equal importance). The government shall award the contract to the responsible offeror providing the lowest price technically acceptable (lpta). In order t o be technically acceptable the contractor must meet the following requirement. Technical acceptability requirements contractor shall provide all personnel equipment, transportation, associated labor, tools, materials, supervision, and other items and services necessary to provide bus transportation for approximately 13 to 90 people daily, within the parameters defined u nder schedule of services paragraph 7, herein. Price the proposed price will be evaluated to determine if it is reasonable and complete. It will also be evaluated to determine the offerors understanding of the contract requirements as expressed by the solicitation. Unreasonably low or high prices may be rej ected. The government reserves the right to award to other than the lowest priced offeror. 0001 base period; 1 oct 2006  20 sep 2007  total amount $________________ CLIN 0001aa: charter bus service from atlanta meps to medical consultants Cost per vehicle per day $_________ & net amount $_________ CLIN 0001ab: charter bus service from meps to hartsfield-jackson international airport. Cost per day $________ & net amount $________; CLIN 0001ac : charter bus service from atlanta meps to designated hotels Cost per vehicle per day $_________ & net amount $_________ 1001 option period 1; 1 oct 2007  20 sep 2008  total amount $_________ 2002 option period 2; 1 oct 2008  20 sep 2009  total amount $_________ 3003 option period 3; 1 oct 2009  20 sep 2010  total amount $_________ 4004 option period 4; 1 oct 2010  20 sep 2011  total amount $_________ Bus company must retrieve FAR Clause 52.212-3, offeror representations and certificationscommercial items, from http://farsite@hill.af.mil and submit with their offer. As prescribed in 12.301(b)(2), insert the following provision: OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS (JUNE 2006) 52.212-4, contract terms and conditions commercial items (oct 2003); 52.212-5, contract terms and conditions required to implement statutes or executive orders commercial items (jan 2006) the following apply under this clause, 52.203-6, restrictions o n subcontractor sal es to the government (jul 1995); 52.219-27 notice of total service- disabled veteran-owned small business set-aside, 52.219-8, utilization of small business concerns (may 2004); 52.219-14, limitations on subcontracting (dec 1996); 52.22 2-3, convict labor (june 2003); 52.222-21, prohibition of segregated facilities (feb 1999); 52.222-26 , equal opportunity (apr 2002); 52.222-35, equal opportunity for special disabled veterans, veterans of the vietnam era, and other eligible veterans (dec 2001); 52.222-36, affirmative action for workers with disabilities (jun 1998); 52.222-37, employment reports on special disabled veterans, veterans of the vietnam era, and other eligible veterans (dec 2001); 52.225-3, buy american act-free trade agreements -israeli trade act (june 2006); 52.225-13, restrictions on certain foreign purchases (feb. 2006); 52.232-33, payment by electronic funds transfer-central contractor registration (o ct. 2003); 252.212-7001, contract terms and conditions required to implemen t statutes or executive orders applicable to defense acquisition of commercial items (jan 2005), the following apply under this clause: 52.203-3 gratuities (april 1984); 252.205-7000, provision of information to cooperative agreement holders (dec 1991); 2 52.225-7012, preference for certain domestic commodities (june 2004). Other applicable clauses are: 52.217-8, option to extend services (nov 1999); 52.217-9, option to extend the term of the contract; 52.228-5, insurance work on a government i nstallation (oct 1995), 52.232-18 availability of funds (apr 1984), 252.232-7007, limitation of governments obligation (aug 1993) fill-in will be completed upon contract award. A completed copy of the provision at 52.212-3, offeror representations and ce rtifications commercial items and 252.212-7000, offeror representation and certification commercial items (nov 1995) shall be submitted with the quotation. All proposals shall be clearly marked with the offerors name and the above referenced number. Offer should be received via electronic e-mail NO LATER THAN 12:00 pm, Wednesday, 27 September 2006, Eastern Standard Time. Point of contact: Karyn A. Chandler, contract specialist, 404.464.2330. Email your questions to karyn.chandler@forscom.army.mil. Place of performance Address: Fort Fillem, Georgia Postal code: 30297-5000 Country: United States of America It is the responsibility of the contractor to check frequently for any amendments or changes to this solicitation.
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN01152209-W 20060924/060922221026 (fbodaily.com)
 
Source
FedBizOpps 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.