Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2011 FBO #3651
MODIFICATION

V -- Round Trip Bus Transportation

Notice Date
11/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0046
 
Archive Date
12/7/2011
 
Point of Contact
Karen J. Gibson, Phone: 9375224606
 
E-Mail Address
karen.gibson@wpafb.af.mil
(karen.gibson@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ROUND TRIP BUS TRANSPORTATION - FA8601-12-T-0046 The U.S. Air Force requires an experienced contractor to provide round trip bus transportation from Wright-Patterson Air Force Base, OH to Tyndall Air Force Base, FL. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Statement of Work (below). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-T-0046 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, 14 Oct 09. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable meeting the requirements in the Statement of Work are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 485510. Size standard is $7.0 million. This RFQ has one line item: Contractor shall provide round trip bus transportation for approximately 60 passengers in accordance with the Statement of Work (below) and Wage Determination 2005-2419, Revision 15, dated 06/13/2011, which is available upon email request to Karen Gibson at karen.gibson@wpafb.af.mil. Proposals must contain the following: - Price quote - Synopsis of company safety record over the last 12 months - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of service offered to clearly show that the proposed service meets the requirements listed in the Statement of Work. Quotations shall provide a point-by-point comparison to each item listed in the Statement of Work. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors listed are of equal importance. The evaluation factors for the fill-in portion of this provision will be: - Price - Ability to comply with the requirements of the Statement of Work, as evidenced by providing a complete listing of the services to be provided] 52.212-3, Contractor Representations and Certifications (May 2011); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; - 52.219-6 Notice of Total Small Business Set-Aside (June 2003); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-41 Service Contract Act of 1965 (Nov 2007); - 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13,Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clause will be included in subsequent award. Full text version is available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 11:00 am on Tuesday, 22 November 2011, to: Karen Gibson, ASC/PKOB. E-mail: Karen.Gibson@wpafb.af.mil Mailing Address: ATTN: Karen Gibson ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Karen Gibson at karen.gibson@wpafb.af.mil or 937-522-4606. STATEMENT OF WORK A. Introduction/Background The Civil Engineer School at AFIT conducts two offerings of MGT 101 (AF Civil Engineer Basic Course) each year. This course serves as the mandatory initial skills training for new officers within the 32E career field. The final week of the course consists of Officer Field Education (OFE), conducted at the Silver Flag Exercise Site (SFES), Tyndall AFB. Therefore students, faculty, support personnel, and their respective gear must be transported from Wright-Patterson AFB, OH to SFES in order to complete the mission. B. Objectives The objective is to acquire safe, efficient, and comfortable round-trip bus transportation services from Wright-Patterson AFB to SFES, Tyndall AFB, for the 12A offering of MGT 101. C. Scope of Work The round-trip bus transportation must meet the following requirements: - Provide transportation for approx 60 passengers with gear. Request the use of two standard charter coaches (54-pax) in order to provide sufficient seating for all passengers and storage for all gear. - Motor coaches shall provide appropriate amenities in accordance with standard commercial practices expected on a trip of this length, to include, a clean odor free restroom, reclining seats, public address system, individual reading lights, tinted windows, overhead storage, and climate control. - Provide for sufficient driver rotation to make the trip (approx 14 hours driving time) with stops for restrooms and meals only. - Drivers must be certified/qualified as required by state or federal regulations to include current medical certificate and CDL with passenger endorsement. - Motorcoaches must be current on all state/federally required inspections and maintenance procedures. - Motorcoach company must be current on all required vehicle, driver, and other public liability insurances. - Pricing shall include all tolls, gratuities, and fuel, as well as lodging and per diem expenses of the drivers. - Bidders shall provide a synopsis of the company safety record over the last 12 months with their bids. Additional company/driver safety records shall be provided upon request by the Contracting Officer as deemed necessary by the Government. - Depart Wright-Patterson AFB approx 1400/2 December 2011. - Depart SFES approx 1000/10 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0046/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02627072-W 20111123/111121234641-40066e4c97098fb1aee22249c6b58d9c (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.