Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2015 FBO #4899
SOLICITATION NOTICE

V -- Charter Buses - Package #1

Notice Date
4/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
Fa8601-15-T-150
 
Point of Contact
Jillian Kovacs, Phone: 9375224501
 
E-Mail Address
jillian.kovacs@us.af.mil
(jillian.kovacs@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 DFARS 252.209-7992 CLINs, Provisions and Clauses This is a combined synopsis/solicitation ("solicitation" hereafter), which is expected to result in award of a firm-fixed- price contract for commercial items, i.e. Transportation Services from Wright-Patterson AFB, OH to SFES Tyndall AFB, FL (Panama City, FL), as described under the paragraph below titled "Requirement." The solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number : FA8601-15-T-0150 NAICS Code: 485510 Small Business Size Standard: $15,000,000.00 This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-78, effective 26 Dec 14; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice DPN 20141216, effective 16 Dec 2014; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 01 Oct 14. Synopsitation Closing Date: Proposals must be received not later than 1:00 pm Local (Wright-Patterson AFB) Time, Tuesday, 28 April 2015. Submit electronic proposals via Jillian Kovacs to: jillian.kovacs@us.af.mil. Any correspondence sent via e-mail must contain the subject line "Solicitation FA8601-15-T-0150." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this solicitation to Jillian Kovacs either telephonically at (937) 522-4608or via e-mail at jillian.kovacs@us.af.mil. Requirement: •· Provide transportation for approximately 80 passengers with gear. Three charter coaches (54-pax) will be needed to provide sufficient seating and storage of 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, charging stations, Wi-Fi, individual reading lights, tinted windows, overhead storage, climate control, and operable DVD video/screens. •· Provide for sufficient driver rotation to make the trip (approximately 15 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. •· On departure day from Wright-Patterson AFB, OH, bus shall arrive at the visitor's center at approx 1200 for security check. •· Depart Wright-Patterson AFB approx 1300. •· Arrive at SFES approx 0400 the next day to offload. •· On departure day from Tyndall AFB, FL, the bus shall arrive at SFES approx 0700. •· Depart SFES at approx 1100. •· Arrive at Wright-Patterson AFB, OH approximately 0200. Point of Contact: Captain David Thomander david.thomander@afit.edu Adam Burwinkle adam.burwinkle@afit.edu FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Provisions and Clauses: The attached provisions and clauses for the acquisition of commercial items are incorporated into the RFP. If the offeror has completed the FAR 52.212-3 provision online, the offeror shall only complete paragraph (b) of this provision with its quote. FAR 52.212-3 Paragraph (b) is attached. If the offeror has not completed the DFARS 252.209-7992 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.209-7992 is attached. If the offeror has not completed the DFARS 252.225-7000 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.225-7000 is attached. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, 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/. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms 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. Attachments: 1. CLINS, Provisions and Clauses 2. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 3. FAR 52.212-3, Paragraph (b), Offeror Representations and Certifications- Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/Fa8601-15-T-150/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, Wright Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03707647-W 20150424/150422235040-477b692aaa24d54ebb12e36d5c9eb874 (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.