SOURCES SOUGHT
V -- Shuttle Bus Service for the Directorate of Logistics/Transportation Division at the Presidio of Monterey
- Notice Date
- 5/20/2011
- Notice Type
- Sources Sought
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N11T0063
- Response Due
- 5/27/2011
- Archive Date
- 7/26/2011
- Point of Contact
- Sylvia N. Gomer, 831-242-4077
- E-Mail Address
-
USAR Contracting Center - West (POM)
(sylvia.gomer@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. It is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this notice will not be returned. Respondents will not be notified of the result of the review. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this for market research purposes only. If a formal solicitation is released, it will be via the Federal Business Opportunities (http://www.fbo.gov). The Government will not reimburse the costs of preparing responses to this notice. The Mission and Installation Contracting Command, Presidio of Monterey, CA (MICC- POM) is performing market research to determine the availability, interest and capability of potential small business sources to provide Shuttle Bus Services to facilitate DLIFLC student movement, within Post, from Barracks to Classrooms, Dining Facilities, Medical, and other life support areas, during designated hours. In addition to NAICS Code 485999, 485210 and 485113 may be considered applicable. HISTORY - Current Shuttle Bus Services are provided under the Transportation Motor Pool Services contract using Government furnished buses. Based on the changing needs of the Governments it is anticipated that the Shuttle Bus Services will be issued on a stand-alone basis. The Buses will be Contractor-Owned Contractor Operated. There is no incumbent contractor based on the new requirement. SHUTTLE BUS REQUIREMENTS: Buses - Contractor shall independently acquire, maintain, manage, and operate their buses for the performance of these services. Buses shall be provided and operated to meet government requirements. The Buses will be Contractor-Owned Contractor Operated. The Contractor shall develop, implement, and maintain shuttle bus routes and schedules in coordination with government requirements. Contractor will determine how many buses will be required to perform these services. Government Requirements for Buses, Routes, and Schedules (Initial Requirements). Contractors must be prepared to create and implement a proposal that meets these requirements. Student transportation shall be provided in a way that meets changing needs during the day and through the week, and recognizes that a route or schedule that satisfies movement needs at one time may not meet the needs in another. (example: students need to get to class in the morning, away from class in the evening, to DFACs at mealtimes. A bus route that stops by a DFAC when no meal is being served may not meet student needs.) Routes and schedules shall be flexible, capable of being updated and changed when needed. Buses shall be handicap accessible. RESPONSE TO THIS NOTICE: The Government requires that interested parties, at a minimum, supply the following information: a) Name of company b) Telephone Number, Fax Number, Address, and e-mail address c) Business size (e.g. large business, small business, socio-economic status), d) Registration in CCR and length of time e) DUNS Number, and f) CAGE Code The Government requests interested parties submit a brief statement of current capability and experience to provide these services and a letter of interest. HOW TO RESPOND: Interested parties shall submit responses via email in Microsoft Word format. Interested parties shall provide Capability Statement on 8 by 11-inch standard paper and limit number of pages to 8 (including all attachments) to sylvia.gomer@us.army.mil and sue.broady@us.army.mil Interested parties should send a capability statement demonstrating ability to perform above shuttle bus services by 1:00 p.m. (PST) on 27 May 2011. The information from interested parties should be sent to sylvia.gomer@us.army.mil, and sue.broady@us.army.mil. Mandatory requirements: All vendors wishing to do business with the Government must have (1) a DUNS number (http://fedgov.dnb.com/webform), (2) are registered in the Central Contractor Registration (CCR) database (https://www.bpn.gov/ccr/default.aspx) and (3) are registered in Wide Area Work Flow (WAWF). WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. **NO PHONE CALLS WILL BE ACCEPTED** Contracting Office Address: Mission and Installation Contracting Command (MICC) - Presidio of Monterey (RC-WEST) 400 Gigling Road, Bldg 4385, Suite 2022 Seaside, CA 93955 Point of Contact(s): Sylvia N. Gomer, 831-242-4077 Sue Broady, 831-242-6571
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb5d4b83b070caf3a17f17121fc86185)
- Place of Performance
- Address: Directorate of Logistics/Transportation Division 289 Ft. Mervine Place, Bldg. 235 Monterey CA
- Zip Code: 93944
- Zip Code: 93944
- Record
- SN02452911-W 20110522/110520234314-eb5d4b83b070caf3a17f17121fc86185 (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 |