Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOURCES SOUGHT

V -- JBSA-Lackland Bus Service

Notice Date
8/27/2013
 
Notice Type
Sources Sought
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
BASEBUSSERVICE2014(2nd_Notice)
 
Archive Date
9/17/2013
 
Point of Contact
Michael Dargan, Phone: (210) 652-5169, Annie C. Cardona, Phone: 210-652-5187
 
E-Mail Address
michael.dargan.1@us.af.mil, annie.cardona@us.af.mil
(michael.dargan.1@us.af.mil, annie.cardona@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT This sources sought was orginally posted on FBO, the 15th of July 2013 with a closing date of 29 July 2013. Joint Base San Antonio-Randolph is conducting a market survey for interested sources/vendors that can provide the minimum requirements for mass transient bus services from an approved DOD carrier, in support of providing transportation services for Joint Base San Antonio -Lackland, Texas. Contractor would be required to transport Air Force recruits, basic trainees, and technical school students to various activities and locations on Joint Base San Antonio -Lackland, Texas, Kelly USA, Lackland Training Annex (LTA), Camp Bullis Texas, and various other locations in and around San Antonio TX. As part of this requirement, the contractor will be responsible for providing all management/supervision, personnel, vehicles, equipment, supplies and fuel to cover student training transportation needs for JBSA-Lackland. The transportation requirement includes performing several shuttle runs throughout the week to include weekends and holidays by moving passengers between JBSA Lackland locations. In addition to service within JBSA-Lackland, the contractor is required to provide scheduled and unscheduled transportation of passengers to facilities throughout JBSA to include the Medina Annex, Camp Bullis, JBSA-Randolph, and JBSA-Fort Sam Houston. Along with providing student transportation support between JBSA locations, bus transportation is also required to and from the San Antonio Airport via daily shuttles and scheduled service for larger movements. On a limited basis, transportation service may be needed to support travel requirements up to 125 miles from JBSA-Lackland for training operations for several JBSA mission partners. The contractor must ensure all drivers are familiar with primary and alternate routes for locations throughout the greater San Antonio area, including all military sites. Additionally, the contractor must also provide buses in good working order that meet the mileage/age requirements with attached working marquees. The contractor will take directions from the Contracting Officer Representative's office via weekly bus schedules and from the on duty dispatcher for all add-on runs as well as cancellation and change requests for the current week. The contractor must have a staffed 24 hour Dispatch to ensure transportation requirements are met throughout the day. The 902d Contracting Squadron (902 CONS), Randolph AFB, Texas is seeking to find out how many qualified companies are interested and capable of providing this type of service. The contractor would be required to provide all personnel, equipment, tools, vehicles, materials, supervision, and other items and services necessary to provide Transportation Service. Services would include shuttle service between Joint Base San Antonio -Lackland, Texas and LTA as well as shuttle service around Joint Base San Antonio -Lackland, Texas. The contractor would be responsible for providing a variety of vehicles (various seating capacity and handicap accessibility) necessary to transport the personnel. All vehicles would be required to comply with federal, state, and local, operational, safety, and environmental guidelines and regulations. Note: The yearly average passenger load is estimated at 1.7 million. Estimated start date for this requirement is 1 June 2014. This is a Request for Information - NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential offerors capable of providing the item described herein prior to determining the method of acquisition and issuance of a Request for Proposal. All interested parties are advised that the Department of Air Force will not pay for any information or any other administrative costs incurred that are associated with any response received from Industry in response to this Market Survey/Request for Information. Therefore, any costs associated with the Market Survey/Request for Information submissions will be solely at the interested vendor's expense. Costs provided are for market survey/informational purposes only and shall not be considered as an offer to do business. Any information provided under this market survey is for informational purposes only and will NOT be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in ANY informational sessions is not a promise of future business with the Department of Air Force, Joint Base San Antonio-Randolph TX. All responses (one response per company) are to be provided on company letterhead. Responses must be received no later than 4:00 P.M., Central Standard Time on September 16, 2013. All responses must include the following information: 1. Company Name; Company Address; Company Business Size (including your disadvantaged business status, if applicable), DUNS Number, CAGE Code and Point-of-Contact (POC) name, phone number, and e-mail address. JBSA-Randolph intends to use this market survey information, along with information already obtained to establish to support the acquisition strategy. 2. The NAICS code for this effort is 485113 (Bus and other Motor Vehicle Transit Systems) with a size standard of $14,000,000.00. 3. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (8(a), small disadvantage business, woman-owned small business, veteran owned small business, HUBZone small business, and service disabled veteran owned small business? 4. If you are a small business, would you consider submitting a proposal as a prime contractor? 5. In what socio-economic programs do you now participate? (E.g. Mentor-Protégé, Indian Incentive, etc) What is the extent of your participation in these programs? 6. For small business consideration, would your firm be able to compete under NAICS 485113? If not, why? Please provide your recommendations concerning the proposed NAICS. 7. Should it be determined that a total set-aside for 8(a) small business or other small business subcategories is not feasible, the 902 CONS requires feedback on small business goals pertaining to large business. Please provide your thoughts on whether the following subcontracting goals, calculated on the basis of total subcontracting dollars, would be realistic: - Small Business 35% - Small Disadvantage Business 5% - Woman Owned Small Business 5% - HUBzone Small Business 5% - Service Disabled Veteran Owned Small Business 3% - Veteran Owned Small Business 3% It is preferred that all submittals, including attachments, be submitted electronically to the email address shown below. Submissions may be provided in a portable document format (pdf); however, Microsoft Word is acceptable as well. Responses must not exceed a total of 30 pages. Point of contact for this action is Michael Dargan- email: michael.dargan.1@us.af.mil Contracting Officer - Ms. Annie Cardona: annie.cardona@us.af.mil Contracting Office Address 902 CONS/LGCA 395 B Street West STE 2 JBSA-RANDOLPH TX 78150-4545 TEL: 210.652.5176 FAX: 210.652.5135 SPECIAL NOTICE The special notice below was originally posted on FBO yesterday, the 26th of August 2013. The Government intends to issue a competitive Request for Proposal (RFP) for the Joint Base San Antonio (JBSA) - Lackland Bus Services within the next 90 days. The contractor awarded the requirement shall be responsible for all management/supervision, personnel, vehicles, tools, materials, supplies, equipment, labor, and fuel necessary to successfully support all directed JBSA-Lackland student transportation needs. This includes daily shuttle services throughout JBSA-Lackland and scheduled and unscheduled passenger transportation to support travel requirements up to 125 miles from JBSA-Lackland. Contractor shall be required to transport Air Force recruits, basic trainees, and technical school students to various activities and locations on Joint Base San Antonio -Lackland, Texas, Kelly USA, Lackland Training Annex (LTA), Camp Bullis Texas, and various other locations in and around San Antonio TX. Along with providing student transportation support between JBSA locations, bus transportation is also required to and from the San Antonio Airport via daily shuttles and scheduled service for larger movements. On a limited basis, transportation service may be needed to support travel requirements up to 125 miles from JBSA-Lackland for training operations for several JBSA mission partners. The contractor shall ensure all drivers are familiar with primary and alternate routes for locations throughout the greater San Antonio area, including all military sites. Additionally, the contractor must also provide buses in good working order that meet the mileage/age requirements with attached working marquees in accordance with the Statement of Work in the RFP. The contractor will take directions from the Contracting Officer Representative's office via weekly bus schedules and from the on duty dispatcher for all add-on runs as well as cancellation and change requests for the current week. The contractor must have a staffed 24 hour Dispatch to ensure transportation requirements are met throughout the day. The contractor shall be responsible for providing a variety of vehicles (various seating capacity and handicap accessibility) necessary to transport the personnel. All vehicles shall be required to comply with federal, state, and local, operational, safety, and environmental guidelines and regulations. The contractor shall be an approved DOD Carrier in accordance with the Defense Travel Management Office certification requirements. Transportation load for this requirement averages between 200 and 250 runs per a day, with an average daily passenger load of 4,650 for an average annual passenger load of 1.7 million. This requirement is in direct support of the 37th Training Wing, the largest training mission in the Air Force. This action will result in a 1 year period of performance with 1 option year, with an extension of services up to six months, Firm-Fixed Price contract anticipated to commence on 1 July 2014. The NAICS code for this requirement is 485113 with a size standard of $14 million. Important Note 1: The attached Sources Sought was previously posted on Fed Biz Ops on 15 July 2013 and closed on 29 July 2013. As of the posting date of this notice, a small business set aside strategy has not yet been determined. Industry response is important since it will help the Government in determining the acquisition strategy. Therefore, if you did not previously respond to the Sources Sought with the information requested on the Sources Sought, or do not have confirmation the Government has received your response, you are highly encouraged to do so at this time. Important Note 2: Offerors for this anticipated requirement shall be Department of Defense (DoD) Transportation Certified in accordance with the Defense Travel Management Office. The Government intends to make this certification one of the evaluation criterions for this requirement. Certification requirements can be found at https://www.defensetravel.dod.mil/site/bus.cfm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/BASEBUSSERVICE2014(2nd_Notice)/listing.html)
 
Place of Performance
Address: Lackland AFB, TX, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03164029-W 20130829/130827235521-4dfaa3cca18e29898a05f299920d956f (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.