SOLICITATION NOTICE
V -- Transportation Services for USS New York Event
- Notice Date
- 10/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700110Q0009
- Response Due
- 10/29/2009
- Archive Date
- 11/13/2009
- Point of Contact
- Nyke Singletary 910-451-7883 Lisa Williams, 910-451-1467
- 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. Solicitation number M67001-10-Q-0009 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued on an unrestricted basis to allow for full and open competition. The North American Industrial Classification System (NAICS) code for this requirement is 561990 and the small business size standard is $7.0 Million. The requiring unit, 26th Marine Expeditionary Unit (MEU), Camp Lejeune, NC has a requirement for transportation services in support of the commissioning of the USS New York from the period of 2-12 November 2009 in New York City. The Contractor shall provide transportation services to include eight (8) each 12-15 passenger vans and two (2) each 8 passenger vans. All vehicles will include drivers. The Contractor shall ensure all vehicles and drivers are available 24 hours a day during the period of performance. The Contractor shall furnish "new" vehicles (i.e., not more than two years old), in good order and condition and otherwise in full compliance with best commercial practices and local laws and regulations. The Contractor shall provide vehicles that have been properly maintained and serviced. Should any vehicle break down the Contractor shall replace it with another vehicle of the same or larger size as quickly as possible, but in any case no more than three (3) hours later. A tentative schedule of events will be provided to contractor upon award. The contractor shall provide a central point of contact (name and phone number). The Contractor shall ensure at least two (2) of the 8 passenger vans and one (1) 12 passenger van (including drivers) are available within 1 hour of notification for events not already shown on the schedule. The remaining vehicles and drivers shall be available within 2 hours of notification for events not already shown on the schedule. Schedule of events to be provided upon request or upon receipt of award. The Contractor shall provide licensed drivers that are familiar with the five (5) boroughs of New York City (Bronx, Brooklyn, Manhattan, Queens, and Staten Island). The drivers must be able to speak English. Should a driver become unavailable or unreliable the Contractor shall provide a replacement driver as quickly as possible, but in any case no more than three (3) hours later. The Contractor shall ensure all vehicles are insured according to state law. The Contractor shall be responsible for paying any and all costs or penalties relating to gas, parking, tolls, traffic violations, etc. The price must be inclusive of all charges related to this service. The Government will not be liable for loss or damage to vehicles in any amount regardless of the cause, except where the loss or damage is caused by the negligence of the Government employee. The contract line item numbers (CLINS) are: CLIN 0001: Transportation Service. Van (12-15 passengers) with Driver. Qty: 8 each.Period of Performance: 2 Nov - 12 Nov 2009Available 24 hours a day CLIN 0002: Transportation Service. Van (8 passenger) with Driver. Qty: 2 each.Period of Performance: 2 Nov - 12 Nov 2009Available 24 hours a day The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR clause 52.212-1 Instructions to Offerors-Commercial Items are applicable with the exception of paragraphs (d) and (e). The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-25; 52.222-26; 52.232-33. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional FAR clauses cited within the clause also apply: 52.203-3; 252.232-7003; 252.243-7002. FAR 52.219-14 Limitations on Subcontracting;FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-18 Availability of Funds; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-14 Limit! ations on Subcontracting; FAR 52.219-16 Liquidated Damages - Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or verification of Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm.Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Quoters are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Capability: Describe ability to meet or exceed the minimum requirements listed above. (2) Past Performance: (not more than 3 years old) similar in scope and size. Include POC, contract number, delivery/period of performance, and contract amount. (3) Price: All pricing quoted shall be FOB Destination. Award will be made on the basis of the lowest price technically acceptable (LPTA) quote with a history of acceptable past performance. Direct all questions regarding this solicitation to Nyketric Singletary at (910) 451-7883. Quotes are due no later than 2:00 pm, EST, 29 October 2009. Quotes received after 2:00 pm, EST, 29 October 2009 will be rejected and not considered for award. All responsible sources may submit a quote, which will be considered by the agency. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to nyketric.singletary@usmc.mil or fax to (910) 451-1275.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0009/listing.html)
- Record
- SN01992778-W 20091029/091027234745-2ec30e20dbbf3a80b904e23dc0c0bb87 (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 |