Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

V -- CHARTER BUS SERVICES

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07222885
 
Response Due
10/15/2007
 
Archive Date
10/2/2008
 
Point of Contact
Anthony M. Caruvana, Contracting Officer, Phone 321-867-3464, Fax 321-867-1188
 
E-Mail Address
Anthony.M.Caruvana@nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Charter Bus Services in accordance with the following Statement of Work: STATEMENT OF WORK The Contractor shall provide bus transportation for NASA?s Space Flight Awareness (SFA) Honorees (approximately 610 honorees) to view Shuttle Launch (STS-120), currently scheduled at NASA, Kennedy Space Center (KSC), Florida, on October 23, 2007, at 11:38 a.m. NASA, KSC Technical Contact is: Claudette Beggs at Tel. No. 321/867-7009 and Cell No. 321/431-4727. Approximate time schedules are shown below. Requirements: 1. Pick up approximately 500 SFA Honorees from the Caribe Royale Hotel in Orlando, Florida, area, and transport them to the Banana Creek Viewing Site at NASA, KSC, Florida. Time schedule is: a. Arrive at KSC Visitor Complex (normally Parking Lot 7) at L-9 hours (reads Launch time minus 9 hours) for SGS Security check and to secure the buses (KSC/SGS Security coordinating this activity). b. Depart KSC at L-6.5 hours for Orlando pickup c. Arrive at Orlando hotel at L-4.5 hours d. Load buses at L-4 hours e. Depart Orlando hotel to viewing area at L-3.5 hours f. Arrive KSC Banana Creek Viewing Site at L-1.5 hours g. Depart KSC Banana Creek Viewing Site at L+15 minutes h. Stop at central Brevard location (TBD) to offload escorts) i. Arrive Orlando hotel approx. L+2 hours (depending on traffic) 2. Pick up approximately 100 local KSC SFA Honorees from a designated location in central Brevard County (TBD). The NASA, KSC Technical Contact will coordinate location with charter bus company when time arrives. The buses will then transport honorees to the Banana Creek Viewing Site at NASA KSC, FL. Time schedule is: a. Arrive at KSC Visitor Complex (normally Parking Lot 7) at L-5 hours for SGS Security check and to secure the buses (KSC/SGS Security coordinating this activity). b. Depart KSC at L-4 hours to pick up local passengers. c. Arrive at Central Brevard location (TBD) at L-3.5 hours. d. Load buses at L-3 hours. e. Depart location for KSC Banana Creek Viewing Site at L-2.5 hours. f. Arrive viewing site at L-1.5 hours g. Depart KSC Banana Creek viewing site after launch at L+15 minutes h. Arrive at Central Brevard Location (TBD) 3. Requires wheelchair capability on at least 2 buses. 4. Requires microphone capability on all buses. 5. Requires functional restrooms on all buses. 6. Requires functional air-conditioners on all buses. 7. Requires minimum 50-passenger buses. 8. In case of launch scrub, requires capability for the buses to perform in the same capacity for second or third launch attempt up to a 48 hour period from initial requirement (October 23, 2007). 9. All bus drivers must have an I-9 form. Forms must be delivered to NASA/XA-F2/Claudette Beggs no later than October 16, 2007. 10. Pricing: This order will be a Not to Exceed Purchase Order. The Contractor shall provide a price per bus based on the approximately 610 honorees we anticipate. However, this number will be verified by NASA within 72 hours of launch and provided to the Contractor so the correct number of buses are used. Payment shall be made based on actual number of buses utilized to perform. Please ensure that you identify the number of passengers that each bus can carry. 11. Contractor Cancellation Fees: (Contractor to insert cancellation fees as appropriate) Prior to 10 days of launch $_________________ 5-9 days $_________________ 4 days or less $_________________ The provisions and clauses in the RFQ are those in effect through FAC 2005-20 [CURRENT FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/PAGE]. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 485510/$6.5M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Kennedy Space Center is required as stated in the Statement of Work. Delivery shall be FOB Destination. The DPAS rating for this procurement is C9-E. Offers for the items(s) described above are due via e-mail by 2:00 PM LT, October 12, 2007 to Anthony.M.Caruvana@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.225-1, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Anthony.M.Caruvana@nasa.gov not later than October 9, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#127289
 
Record
SN01427082-W 20071004/071002224255 (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.