MODIFICATION
V -- Shuttle Service
- Notice Date
- 3/28/2008
- Notice Type
- Modification
- NAICS
- 485510
— Charter Bus Industry
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
- ZIP Code
- 78150-4525
- Solicitation Number
- F3PF1G8072A002
- Response Due
- 3/31/2008
- Archive Date
- 4/15/2008
- Point of Contact
- Christopher Torres, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759
- E-Mail Address
-
chris.torres@randolph.af.mil
- Description
- The 12th Contracting Squadron at Randolph AFB intends to advertise a streamline combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-21. The NAICS Code is 485510; size standard $6.5 M. A Firm Fixed Priced Award will be made. NATURE OF ACQUISITION: Randolph AFB requires 10 coach buses to serve as shuttles between (i.e. To and From) Randolph AFB, Kelly/Lackland AFB and Grand Hyatt hotel. The buses shall be available for 12 hours per day, for three days (16, 17 & 18 Apr 2008). The route for the first two (2) days, buses will shuttle individuals from Randolph, Kelly/Lackland AFB and the San Antonio International Airport to the Grand Hyatt hotel. The route of the final day, buses will serve as a shuttle from the Grand Hyatt hotel to Randolph, Kelly/Lackland AFB and the San Antonio International Airport. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.208-4 -- Vehicle Lease Payments 52.208-5 -- Condition of Leased Vehicles 52.208-6 -- Marking of Leased Vehicles 52.208-7 -- Tagging of Leased Vehicles 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this address: http://farsite.hill.af.mil 52.212-1 -- Instructions to Offerors -- Commercial Items The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, with these additional FAR clauses marked: 52.219-6 -- Notice of Total Small Business Set-Aside. 52.222-3 -- Convict Labor. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-6 -- Equal Opportunity. 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.222-41 -- Service Contract Act of 1965. END OF CLAUSES MARKED FOR 52.212-5 52.223-5 -- Pollution Prevention and Right-to-Know Information. 52.223-6 -- Drug Free Workplace. 52.237-2 -- Protection of Government Buildings, Equipment and Vegetation. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil. 252.204-7004 -- Central Contractor Registration Alternate A 252.212-7000 -- Offeror Representations and Certifications - Commercial Items -- (a) Definitions. As used in this clause - (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it - ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 252.232-7003 -- Electronic Submission of Payment Requests. END OF CLAUSES MARKED FOR 252.212-7001 252.243-7001 -- Pricing on Contract Modifications. 5352.201-9101 -- Ombudsman -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to: Chris Torres, at chris.torres@randolph.af.mil and copied to Anthony Smith at anthony.smith2@randolph.af.mil. All response shall be received NLT 8:00 AM CST on 31 Mar 08. Email is the preferred method. Point of Contact: Chris Torres, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759; Anthony Smith, Contracting Officer, Phone 210-652-5124, Fax 210-652-2759. SCHEDULE OF SUPPLIES Provide buses to serve as shuttles. Performance Period: 16 - 18 Apr 08 Item Description Quantity Total Price 0001 10 buses to serve as shuttles, 16 Apr 08 1 Lot $ _________ 0002 10 buses to serve as shuttles, 17 Apr 08 1 Lot $ _________ 0003 10 buses to serve as shuttles, 18 Apr 08 1 Lot $ _________ 0004 Miscellaneous service charges NTE $ 3,000.00 TOTAL: $ __________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PF1G8072A002/listing.html)
- Place of Performance
- Address: 395 B Street W, Ste 2 Randolph AFB, TX
- Zip Code: 78150
- Country: UNITED STATES
- Zip Code: 78150
- Record
- SN01545058-F 20080330/080328232009 (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 |