Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2014 FBO #4761
MODIFICATION

V -- National Capital Region Transportation.

Notice Date
12/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
485320 — Limousine Service
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-15-Q-5144
 
Response Due
12/11/2014
 
Archive Date
2/3/2015
 
Point of Contact
Raymond S. Gaddie, 502-624-8430
 
E-Mail Address
MICC Center - Fort Knox
(raymond.s.gaddie.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. This is a re-compete for a previously competed Blanket Purchase Agreement (BPA) for transportation services. The requirement is for non-personal services, performance-based acquisition to provide transportation services, of family members of U.S. Army Soldiers returning from overseas that have been classified as deceased, injured, ill, or wounded, in and around the National Capital Region (NCR). Transportation is required for these Family Members when their presence is requested by an authorized official to attend a U.S. Government supported ceremonial event, and/or when Family Members have been called to the bedside of a Soldier by an authorized official. Ceremonial events may include but are not limited to funeral and memorial services and military honor and recognition functions. The bedside of the Soldier is defined as the location where a Soldier is receiving medical treatment. The proponent agency is the U.S. Army Human Resource Command's Casualty and Mortuary Affairs Operations Center (CMAOC), located at Dover Air Force Base, Maryland. Base period of performance: 1 September 2015 through 30 August 2016, with four one-year option periods. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform transportation services. Each dispatched vehicle shall be capable of carrying not less than 4 passengers and 6 bags, and each dispatched vehicle shall not require refueling upon pickup, during transit, or during return to destination. In some cases the dispatched vehicle may need to be handicap accessible upon request. More than one vehicle may be required for a single service call, based on the number of Family Members that need transportation and the requirement for up to 2 designated WTB escorts to be in the vehicle/s with the Family Members. The contactor will conduct logistical coordination with proponent agency POCs, and is responsible successful task execution. The appropriate NAICS code is 485320 with a size standard of $15,000,000.00. This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. NOTE: For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides. Responses to this announcement must be received no later than 1:00 P.M. Eastern Standard Time on Thursday, 11 December 2014. Responses should be emailed to raymond.s.gaddie.civ@mail.mil. Responses shall include the following: 1. Company name and address; 2. A statement of interest that meets all the requirements listed above; 3. A synopsis of the contractor's capabilities; 4. Company size: small or large, new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, economically disadvantaged women-owned small, and women-owned small eligible under the Woman-Owned Small Business Program; 5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable); 6. Contact information, to include name, e-mail address, phone number, and fax number; Q&A: Area of requirement: The geographic boundaries of the National Capital Region. Previous Contract#: W91WAW-10-A-0001. Incumbent: Washington Limousine & Coach Corp. Performance: 1 base year plus four 1 year option periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cc03ef0100992cd90483951c4f040bf6)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN03589084-W 20141207/141205234805-cc03ef0100992cd90483951c4f040bf6 (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.