Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

V -- US COAST GUARD BAND TOUR

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
United States Coast Guard (USCG) - U.S. Coast Guard Academy
 
ZIP Code
00000
 
Solicitation Number
21-10-390PHB011
 
Archive Date
2/27/2010
 
Point of Contact
Renee Brack, Fax: 860-444-8316, Marjorie Sturm, Phone: 860-444-8468
 
E-Mail Address
renee.brack1@uscg.mil, Marjorie.V.Sturm@uscg.mil
(renee.brack1@uscg.mil, Marjorie.V.Sturm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for rental of 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; quotes are being requested and a written solicitation will not be issued. The combined Synopsis/Request for Quotation (RFQ) number is 21-10-390PHB011 using Simplified Acquisition Procedures under FAR Part 13. Interested parties should contact Renee Brack via email @ Renee.Brack1@uscg.mil or fax request to (860) 444-8316 for a copy of the tour schedule and complete specifications. Technical questions may be directed to Senior Chief Marjorie Sturm @ (860) 444-8468. ITEM 001: TWO MCI, PREVOST OR SIMILAR 54 PASSENGER HIGHWAY MOTOR COACH BUSES TO ACCOMMODATE COAST GUARD ACADEMY BAND TOUR. DATES OF SERVICE MAY 03, 2010 THROUGH MAY 16, 2010. PICK UP LOCATION SALT LAKE CITY, UT AIRPORT. DROP OFF LOCATION LAX, AIRPORT. ONE NON-SMOKING DRIVER PER VEHICLE REQIRED FOR DURATION OF THE TOUR AND VEHICLES WILL BE FOR THE EXCLUSIVE USE OF THE COAST GUARD BAND. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: Only one (1) award will be made as a result of this combined synopsis/solicitation. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2005), applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items (Jan 1999). FAR 52.213-3, Offeror Representations and Certifications – Commercial Items (May 2005). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003), is incorporated into this RFQ and is an addendum to add the following clause: FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (April 2005) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644), 52.222.41 Service Contract Act of 1965, As Amended (May 1989), 52.222.42 Statement of Equivalent Rates for Federal Hires (May 1989), 52.222-3, Convict Labor (June 2003), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6 Authorized Deviations in Clauses (Apr 1984). Award Criteria: Award shall be made to the offeror whose proposal offers the greatest value to the Government. This acquisition will be awarded utilizing “Best Value,” with the following selection criteria in order of importance: a.Quality Assurance – Pictures of equipment to be utilized and written guarantee to meet our requirements. b.Past Performance – Provide points of contact for similar efforts performed within the last two years. c.Price – While price is not the primary evaluation factor in this evaluation, it is important and will be considered when determining contract award. Offers are due no later than 1:00 PM (Eastern Standard Time) on 12 February 2010. Reference the solicitation number when submitting your quote. Quotations must be submitted electronically to: Renee.Brack1@uscg.mil or faxed to ATTN: Renee Brack @ (860) 444-8316.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/81104/21-10-390PHB011/listing.html)
 
Place of Performance
Address: Salt Lake City Airport, Salt Lake City, Utah, United States
 
Record
SN02055428-W 20100204/100202235053-90649b33d78bba63be2b913dcbdb7dd2 (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.