Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

V -- Shuttle Bus Service - 16QD022 RFQ Package

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU000116QD022
 
Archive Date
10/31/2015
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
16QD022 Required CLIN Structure 16QD022 Provisions and Clauses (P&C) 16QD022 Required Provisions 16QD022 Request for Quote (RFQ) *Refer to the attachments for the complete detail General Overview: The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for a temporary shuttle bus service. The USU is the only Federal health sciences university and we are committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense (DoD) and the United States Public Health Service (PHS) and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in 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. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-84, effective September 3, 2015 and Defense Federal Acquisition Regulation Supplement (DFARS), effective August 26, 2015. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 485410 School and Employee Bus Transportation with a size standard of $14,000,000 in revenue. The applicable Federal Supply Code (FSC) is V129 Transportation/Travel/Relocation Transportation: Other. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors interested in responding to this requirement must provide a quote for the temporary shuttle bus service for the dates listed below, which at a minimum, meet the specifications listed below. A single, five-year, firm fixed-priced (FFP) purchase order (PO) will be issued. The past purchase order detail is as follows: PO No.: HU0001-15-M-V400 Awardee: Atlantic Coach Charters, Inc. Award Amount: $7,920.00 Award Detail: 18 Shuttle Bus Trips Desired Specifications: USU intends to purchase a temporary shuttle bus service from October 1, 2015 through March 20, 2016 between USU and the National Capital Simulation Center (NCSC). The shuttle bus will transport up to 55 USU passengers for a site visit at the NCSC. The addresses are as follows: Pick-Up Location (departs by 09:45A ET): Uniformed Services University (USU at the University Flagpole) 4301 Jones Bridge Road Bethesda, MD 20814 Drop-Off Location (departs upon the completion of the site visit no later than 11:30A ET | 1130): National Capital Simulation Center (NCSC) 2460 Linden Lane Silver Spring, MD 20910 The following are the tentative travel dates: 1. October 1, 2015 2. October 8, 2015 3. October 15, 2015 4. October 22, 2015 5. October 29, 2015 6. November 5, 2015 7. November 12, 2015 8. November 19, 2015 9. December 3, 2016 10. December 10, 2016 11. January 7, 2016 12. January 14, 2016 13. January 21, 2016 14. January 28, 2016 15. February 4, 2016 16. February 11, 2016 17. February 18, 2016 18. February 25, 2016 19. March 3, 2016 20. March 10, 2016 The period of performance (PoP) is estimated to be October 1, 2015 to March 10, 2016 for the base year and October 1, 2016 to September 30, 2020 for the four option years. The shuttle bus must be reasonably clean and accommodating. USU does not require top-of-the-line shuttle buses. The shuttle bus operator is responsible for safely transporting the USU passengers from USU to NCSC and then from NCSC to USU upon the completion of the site visit. The operator must arrive at USU at least half an hour prior to departure and remain on standby at NCSC until the site visit has ended. Each trip is estimated to take about 15-20 minutes. The shuttle bus operator is required to be familiar with the travel route and alternate routes for safe, timely arrivals. The operator(s) must keep a working cell phone with him/her at all times in case of emergency. USU has the unilateral right to cancel bus requests with a 24-hour notice to the awardee. If this should incur a cancellation fee, this must be disclosed in the quote submission. USU may also add additional bus requests if deemed necessary. The awardee should provide a 24/7 dispatcher phone number. The awardee is required to fully operate in accordance with the Federal, State of Maryland, and local laws and regulations, including but not limited to license and insurance. Interested offerors must submit a proof of insurance when submitting their quotes. USU may require ADA-compliant shuttle buses as the need arises. USU reserves the unilateral right to request ADA-compliant shuttle buses when needed. If this should incur an additional fee, this must be disclosed in the quote submission. The shuttle bus operator must be a US Citizen or a US Permanent Resident. The operator(s) will be required to obtain a base access to Walter Reed National Military Medical Center (WRNMMC). The Technical Office will facilitate this access. The appropriate end-user(s) will request personal information regarding the operator(s) to grant the base access. If an awardee is unable to provide an operator who can meet this requirement, USU will consider terminating the contract for default. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs): CLIN Description Quantity Unit of Issue 0001 Daily Shuttle Bus Service 20 Each In order to be considered for award, offerors must provide a quote for the CLINs listed in the CLIN Structure attachment. A fully completed CLIN Structure spreadsheet, including unit price, total price, and country of manufacture must be incorporated in the quote package for consideration. Evaluation / Award Detail: The Government intends to award a single, five-year, firm-fixed-priced (FFP) purchase order (PO) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The Government reserves the right to award without discussions. Evaluation factors are as follows (in order of importance): 1. Technical. Offerors must provide their technical approach to satisfying the requirement detailed in this solicitation. Offerors must display a clear understanding of the requirement. Those quotes that fail to demonstrate a clear understanding may not be considered for award. Details regarding the shuttle bus operator(s) and the shuttle bus are encouraged. 2. Corporate Experience. Offerors are required to provide a narrative of their corporate experience in providing professional shuttle bus services. 3. Price. Offerors must include all applicable costs (e.g. insurance, fuel, etc.) in their quote. The total quoted price for all components will be the evaluated price. 4. Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following information must be provided for each reference: a. Name of client and address; b. Name of current PoC, including title, phone number, and email address; c. Contract number, if available; d. Contract value (total cost); e. Contract period of performance (PoP); and f. A clear description of the service provided. In addition to providing the product literature, offerors must also submit a copy of the completed Required CLIN Structure spreadsheet* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive. *Refer to the attached Required CLIN Structure spreadsheet. In the preparation of the quote, please be advised that USU requires the quote to be valid until September 30, 2015. The Government cannot guarantee payment as the budget for FY2016 has not been passed by the US Congress. The contractor must assume this risk as USU cannot guarantee payment. The following clause applies to this contract: 52.232-18 Availability of Funds The Federal Government prefers not to use third-party-payment merchants, e.g. PayPal, to exchange currencies. This is because these merchants can mask the actual merchant/vendor and impede the Government's effort to promote transparency. If these third-party-payment merchants must be used, offeror must include a compelling justification in the quote package. This will be considered as a part of the Price evaluation factor. See attached list for applicable provisions and clauses for this requirement. Offerors must also submit the following required provisions with their quote: a. Completed copy of provision 252.209-7992 b. Completed copy of provision 52.222-52 Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00P ET on September 14, 2015. Any question received after 2:00P ET on September 14, 2015 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around September 15, 2015. Quote packages are due by 10:00P ET on September 17, 2015. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a. Official Company Name; b. Point-of-Contact, including name, email address, and phone number; c. DUNS Number; and d. If applicable, a statement that includes acknowledgement of latest amendment number. Attachments (3)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b94035613c94f97291d4969cad72408e)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03881161-W 20150912/150911001042-b94035613c94f97291d4969cad72408e (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.