Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOURCES SOUGHT

V -- DHS Shuttle Transportation Services - RFI-Shuttles-12-0001

Notice Date
12/23/2011
 
Notice Type
Sources Sought
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RFI-Shuttles-12-0001
 
Archive Date
2/15/2012
 
Point of Contact
Elizabeth Walsh, Phone: 2024470197, Paula K Nusbaum, Phone: 2024470907
 
E-Mail Address
elizabeth.walsh@hq.dhs.gov, paula.nusbaum@hq.dhs.gov
(elizabeth.walsh@hq.dhs.gov, paula.nusbaum@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Current Shuttle Routes RFI-Shuttles-12-0001 The purpose of this Request for Information (RFI) is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10 and to identify small business concerns and other than small business concerns capable of performing the functions described herein. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Responders are advised that the Government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. The contractor shall provide all personnel, facilities, materials, supplies, vehicles, equipment, fuel and services necessary for the performance of daily shuttle services for the Department of Homeland Security (DHS) and its Components. The majority of these services will be conducted Monday through Friday (excluding Federal Holidays) between the hours of 05:30 am Eastern Time (ET) and 08:00 pm (ET), within the Washington, DC metropolitan area, to include the District of Columbia and various counties in Maryland and Virginia, within thirty (30) miles of the I-95/495 Interstate. The applicable North American Industry Classification System (NAICS) code for this requirement is 485999, All Other Transit and Ground Passenger Transportation. Presently, the DHS shuttle services in the Washington, DC metropolitan area consist of seven (7) daily routes that provide transport between various DHS Component locations and mass transit stations, in addition to the Ronald Reagan National Airport. Scheduled routes are supported by 24 - 28 passenger wheelchair accessible shuttle buses which adhere to current GSA vehicle standards for medium-duty buses and are utilized expressly for the conduct of official Government business. The current DHS shuttle schedules (inclusive of pick up locations and timetables) are included as attachments to this RFI. The schedules are provided solely for reference purposes and are not necessarily indicative of future DHS shuttle services requirements. The contractor shall be responsible for maintaining the shuttles in working order and shall have the ability to provide replacement shuttles within a specified period of time in such an instance that one or two main shuttles lose functionality due to break down or other circumstances. Contractors are required to be duly licensed to conduct shuttle transportation services in the Washington, DC area and contractor drivers should be properly licensed to operate a shuttle bus. Furthermore, contractors should have sufficient qualified back-up drivers to replace regular drivers during leave or unexpected absences. All shuttle operators performing work in support of DHS, inclusive of back-up drivers, will be required to successfully undergo a Government administered security suitability investigation. It is anticipated that the Government will issue one or more DHS-wide Blanket Purchase Agreements (BPA) or Indefinite Delivery Indefinite Quantity (IDIQ) Contracts, against which individual Components will place calls or orders for required shuttle services. The current dollar value ceiling estimate for this requirement is $40 million over a five (5) year period. The attachment provides instructions for submitting a response to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI-Shuttles-12-0001/listing.html)
 
Place of Performance
Address: Washington, DC Metropolitan Area, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN02645010-W 20111225/111223233601-db88aece1f99aac9bd4ccdecb5941073 (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.