Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

V -- Ellsworth AFB, School Bus Service - Amendment 3 - Amendment 2

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
School_Bus_Service_Porter
 
Archive Date
10/9/2014
 
Point of Contact
Jeffery Porter,
 
E-Mail Address
jeffery.porter.1@us.af.mil
(jeffery.porter.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Updated 22 Sept 2014 Price List Updated 22 Sept 2014 COMBINED SYNOPSIS/SOLICIATION: SCHOOL BUS SERVICES ELLSWORTH AFB, SD Notice Type: Combined Synopsis/Solicitation Posted Date: 26 August 2014 Questions Due Date: 3 September 2014 RFQ Response Date: 24 September 2014 Estimated Award Date: 29 September 2014 Set Aside: Full and Open without exclusions NAICS Code: 485410 - School and Employee Bus Transportation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the Air Force will utilize simplified procedures in accordance with Subpart 13.5. This announcement constitutes the only RFQ; quotes are being requested and a separate RFQ will not be issued. This synopsis/solicitation is issued as a request for quote (RFQ) IAW FAR Part 12 and 13. 2. The clause at FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984): Funds are not presently available for performance under this contract beyond the effective award date. The Air Force's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the air Force for any payment may arise for performance under this contract beyond the effective date on the contract, or subsequent orders there from, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 3. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 July 2014. The DFARS provisions and clauses are those in effect to DPN 20140805 effective 5 August 2014. The AFFARS provisions and clauses are those in effect to AFAC 2014-0421 effective 21 April 2014. 4. This requirement has no set-aside and is available for Full and Open competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 485410 with a small business size standard of $15M. 5. The Pricing Schedule is incorporated as Attachment 1. Respondents' shall complete Attachment l in its entirety and return with any other documentation/data as required by this RFQ. 6. The Air Force intends to award a firm-fixed price requirements contract for school bus services for Ellsworth AFB. See Attachment l, Pricing Schedule for details. 7. All school bus services shall be performed at Ellsworth AFB on all routes identified in the Performance Work Statement (PWS) (Attachment 2) to include public transit routes necessary for travel to the school. 8. The provision at FAR 52.212-1 Instructions to Offerers - Commercial Items (April 2014) and the attached addendum applies to this acquisition. Refer to addendum below. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) QUOTE PREPARATION INSTRUCTIONS: The Air Force will award a requirements contract (see FAR 16.503) resulting from this RFQ to the responsible respondent on the basis of an integrated best value determination based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-price factors, where a determination of "non-acceptability" for any non-price criteria will render the quote "unacceptable" in totality. A. To assure timely and equitable evaluation of the quote, the respondents must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Respondents are required to meet all RFQ requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an quote being ineligible for further consideration. The response shall consist of two (2) separate parts: Part I: Price Part II: Non-Price Factors B. All quotes may be submitted electronically to jeffery.porter.1@us.af.mil or alejandro.sena@us.af.mil. Respondents are reminded that pursuant to FAR 52.212-1 timely responses are solely the responsibility of the respective respondent. If submitting a quote by e-mail, only submit one copy and the maximum size of email shall not exceed 4MB. The quote can be split over multiple e-mails and if sending multiple e-mails, ensure subject line contains how many emails have been sent with the text to be used as follows: "E-mail X of Y" (1 of 4, 2 of 4, etc.). Respondents should verify receipt of any mailed, delivered or e-mailed quote with the Contracting point of contact. Quotes may be mailed to 28 CONS/LGCA, 1000 Ellsworth Street, Ste 1200, Ellsworth AFB, SD 57706, Attn: TSgt Jeffery Porter. Quotes must be received no later than 1:00 PM Mountain Standard Time (MST) 24 September 2014. C. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination, and if in the Contracting Officer's opinion, adequate price competition exists, no additional information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition may no longer exist, respondents may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. D. Point of Contact (POC): The Contracting Officer (CO), Mr. Steve Gustaf, is the primary POC for this acquisition. Written questions concerning the RFQ may be sent to TSgt Jeffery Porter, jeffery.porter.1@us.af.mil, Lt Alejandro Sena, alejandro.sena@us.af.mil, or Steve Gustaf, steven.gustaf@us.af.mil. All questions must be submitted no later than 4:00 PM MST 3 September 2014. SPECIFIC QUOTE PREPARATION INSTRUCTIONS E. Prospective respondents shall prepare the quote as set forth in the Quote Organization Table below. The titles and contents of the volumes shall be as defined in this table, all of which shall be within the required page limitation and with the number of copies as specified. Pages exceeding the page limitations set forth in this Section will be removed (after the page limits are exceed, not to include Tables of Contents) from the quote and will not be read or evaluated and may render the quote unacceptable. Table 1.1 (Quote Organization) ELEMENT TITLE MAXIMUM # PAGES # OF COPIES PART I Price 1 One (1) signed original, and one (1) electronic copy PART II Technical 10 Certification Submission, Or, one (1) signed original, and one (1) electronic copy 1. PART I - PRICE (EVALUATION FACTOR 1) (a) Insert the proposed unit and extended prices in the Requirement CLINs Pricing Detail (Attachment 1). The quotes must be submitted for a Mobilization CLIN and a base plus two option years. (b) Complete the necessary fill-ins and certifications in provisions. The provision FAR 52.212-3 is incorporated and shall be returned along with quote (or if already in the System for Award Management (SAM) excluded). 2. PART II - TECHNICAL (EVALUATION FACTOR 2) SUB-FACTOR 1: Submit certification (annotated on the price list) that respondent has provided school bus services for a minimum of two years within the continuous United States or a plan limited to 10 pages that clearly demonstrates the ability to perform the services identified in the RFQ and Performance Work Statement (PWS), paragraphs 1.2.4 and 1.3.6. (End of Provision) 9. The provision at FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. Refer to the attached addendum below: Addendum to FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) A. Basis for Award: The Air Force will award one contract resulting from this RFQ to the responsible respondent whose quote conforming to the RFQ will be most advantageous to the Air Force, price and non-price factors considered. The Air Force may award without discussions; however, the Air Force reserves the right to conduct discussions if it determines it's in its best interest. The following factors shall be used to evaluate offers: I. The award will be made to the responsible respondent meeting the acceptability standards for non-price factors as listed below that also represents the lowest Total Evaluated Price. Non-price factors (technical sub-factor) will be judged acceptable or unacceptable. Note that the Air Force included in the RFQ a mobilization period, a base period, and two option periods. The Total Evaluated Price is the sum of the mobilization period, base period, option period 1, and option period 2. B. PRICE: The Offeror's price quote will be evaluated as follows: I. An Offeror's quoted prices will be evaluated by multiplying the quantities in the price schedule (Attachment 1) line items by the proposed unit price for each Contract Line Item Number to confirm the extended amount for each. The price evaluation will document the completeness and reasonableness of the proposed total price for the offers evaluated. Respondents are specifically advised that under this evaluation method, the Air Force may determine an offer unacceptable if the prices proposed are materially unbalanced between line items. Prices are materially unbalanced if they are significantly overstated or understated in relation to the actual cost of that work. II. The Air Force will use various price analysis techniques and procedures to ensure a fair and reasonable price. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Air Force reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques. Upon examination of the initial offers, if in the CO's opinion, adequate price competition exists, no additional cost/price information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition may no longer exists, respondents may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of price. C. TECHNICAL ACCEPTANCE CRITERIA: Technical acceptance will be evaluated on an acceptable/unacceptable basis. One of the following ratings will be assigned: Acceptable Quote clearly meets the minimum requirements of the RFQ. Unacceptable Quote does not clearly meet the minimum requirements of the RFQ. I. Only quotes rated technically acceptable, either initially or after discussions (if held) with respondents (see FAR 15.305) will be considered for award. II. A quote evaluated as unacceptable in part, will be rated unacceptable in its totality. III. Technical information (if submitted) is limited to ten (10) pages (if not submitting certification). PART II - TECHNICAL (EVALUATION FACTOR 2) SUB-FACTOR 1: Clearly demonstrate certification (annotated on the price list) that respondent has provided school bus services for a minimum of two years within the continuous United States or a plan limited to 10 pages that clearly demonstrates the ability to perform the services identified in the RFQ and Performance Work Statement (PWS), paragraphs 1.2.4 and 1.3.6. (End of Provision) 10. The clause 52.222.42 -- Statement of Equivalent Rates for Federal Hires (May 2014). In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this provision identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Employee Class Monetary Wage - Fringe Benefits Bus Driver - 31030 $18.35 - 36.25% Motor Vehicle Mechanic - 05190 $22.38 - 36.25% Additionally, the following clauses apply to this acquisition: 52.202-1 DEFINITIONS Nov 13 52.203-3 GRATUITIES Apr-84 52.203-6 Alt 1 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE AIR FORCE Sep 06 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS Apr 14 52.204-7 SYSTEM FOR AWARD MANAGEMENT Jul 13 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL Jan 11 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS Jul 13 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE Jul 13 52.209-6 PROTECTING THE AIR FORCES INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT Aug 13 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS May 12 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS May 14 52.212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEV) Jan 14 52.217-5 EVALUATION OF OPTIONS Jul-90 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (30 Days, 9 Months) Mar 00 52.219-19 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERS Jan 11 52.222-3 CONVICT LABOR Jun 03 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Feb-99 52.222-26 EQUAL OPPORTUNITY Mar 07 52.222-35 EQUAL OPPORTUNITY FOR VETERANS Jul 14 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jul 14 52.222-37 EMPLOYMENT REPORTS ON VETERANS Jul 14 52.222-38 COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS Sep 10 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT Dec 10 52.222-41 SERVICE CONTRACT LABOR STANDARDS May 14 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) May 14 52.222-50 COMBATING TRAFFICKING IN PERSONS Feb 09 52.222-99 (DEV) ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS Jun 14 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION Aug 13 52.223-6 DRUG-FREE WORKPLACE May 01 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Aug 11 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Jun 08 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS Dec 12 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION Jan 97 52.232-1 PAYMENTS Apr-84 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR Apr 84 52.232-33 PARYMENT BY ELECTONIC FUNDS TRANSFER-SAM Jul 13 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS Jun 13 52.233-1 DISPUTES May 14 52.233-3 PROTEST AFTER AWARD Aug-96 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM Oct 04 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. Apr 84 52.252-2 CLAUSES INCORPORATED BY REFERENCES; http://farsite.hill.af.mil Feb 98 52.252-6 AUTHORIZED DEVIATION IN CLAUSES Apr 84 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS Sep 11 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS Sep 13 252.243-7001 PRICING OF CONTRACT MODIFICATIONS Dec-91 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS & RECEIVING REPORTS Jun 12 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION MAY 06 5352.201-9101 OMBUDSMAN, Lt Col Tonney Kaw-uh, 129 Andrews St., Langley AFB, VA 23665-2769. Email: tonney.kaw-uh@us.af.mil. Phone: (757) 764-5372 Aug 05 5352.242.9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS Nov 12 REQUIREMENTS CONTRACT CONSTRAINTS MAXIMUM CONTRACT VALUE $2,000,000.00 MINIMUM CONTRACT VALUE $0.00 52.216-18 - ORDERING Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 29 September 2014 through 30 June 2017. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 - ORDERING LIMITATIONS Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 140 days, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 200 days; (2) Any order for a combination of items in excess of 200 days; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 - REQUIREMENTS (Oct 1995) (a) This is a requirements contract solely for the school bus services specified in the PWS identified in this RFQ, and effective for the period stated, in the Schedule. The quantities of services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Air Force's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Air Force all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Air Force may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Air Force shall order from the Contractor only the school bus services specified in the Schedule that are required to be purchased by the Air Force activity or activities specified on SF 1449 Block 15. Consequently, all other transportation goods and services are excluded from this contract. E.g., the 28th Logistics Readiness Squadron's bus operations are exempted from this contract. (d) The Air Force is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 June 2017. 11. NOTICE TO ALL INTERESTED PARTIES: A. Questions are due no later than 4:00 PM on 3 September 2014. Answers will be published on the GPE. B. Quotes are due no later than 1:00 PM Standard Mountain Time on 24 September 2014. C. Quotations shall be submitted to TSgt Jeffery Porter at jeffery.porter.1@us.af.mil. For information regarding this RFQ, contact TSgt Jeffery Porter at jeffery.porter.1@us.af.mil. List of Attachments: 1. Price List 2. PWS - School Bus 3. WD 05 Rev 13 4. Ellsworth AFB Maps-Previous Routes (For Information Only)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/28CONS/School_Bus_Service_Porter/listing.html)
 
Place of Performance
Address: Ellsoworth AFB, SD, Ellsoworth AFB, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN03522036-W 20140924/140922235340-b19fab9490bcbd0e16ce6d0042276d16 (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.