SOURCES SOUGHT
V -- Provide shuttle Services for US Coast Guard, Alameda, CA - Draft PWS
- Notice Date
- 12/9/2015
- Notice Type
- Sources Sought
- NAICS
- 485410
— School and Employee Bus Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS Detachment Alameda (Shore Infrastructure Logistics Center Base Support and Services), Coast Guard Island, BLDG 54C, Alameda, California, 94501, United States
- ZIP Code
- 94501
- Solicitation Number
- HSCG84-16-Q-B11096
- Archive Date
- 1/8/2016
- Point of Contact
- Emely Hagins, Phone: (510) 437-3057
- E-Mail Address
-
Emely.Hagins@uscg.mil
(Emely.Hagins@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the U.S. Coast Guard Shore Infrastructure Logistics Center, Alameda, CA to identify sources capable of providing shuttle services between US Coast Guard Island in Alameda, California and the Ronald V. Dellums Federal Building in Oakland, California. The shuttle services will be required five (5) days a week, Monday through Friday throughout the year less all holidays. A Draft Performance Work Statement (PWS) is attached to this Sources Sought Notice; the Draft Performance Work Statement is subject to revisions at the sole discretion of the Government. Interested parties are expected to review this Notice and the draft Performance Work Statement to familiarize themselves with the requirement. Requirement (continued): This notice is issued by the U.S. Coast Guard, Shore Infrastructure Logistics Center, Alameda, CA to identify sources capable of providing the following: The Contractor shall provide regularly scheduled bus service from 5:20 AM to 6:30 PM, Monday through Friday, except on recognized Government holidays or other days declared by Executive Order. The Contractor shall provide a shuttle bus which seats fifteen (15) passengers at a minimum for services under this contract and shall furnish a replacement shuttle bus which seats fifteen (15) passengers at a minimum when regular equipment is out of service. All Contractor-provided vehicles shall be equipped with a heating and air conditioning system and a defogger for the windshield. The system shall provide an even temperature throughout the vehicle of not less than sixty-five (65) degrees Fahrenheit and no more than eighty (80) degrees Fahrenheit. The vehicle(s) shall be a shuttle bus that allows for ease of loading and unloading passengers in a timely manner at regular stops. A passenger van is not acceptable. The vehicle shall be readily accessible to, and usable by, individuals with disabilities, including individuals who use wheelchairs, and it shall comply with all Federal, State, and local statutory requirements for disabled passenger accessibility. All vehicles shall meet the applicable license, registration, identification, Public Utility Commission, safety, and insurance standards required by State and Federal law. Certificates of Insurance shall list the vehicles in use on this contract. All vehicles shall not be older than five (5) years, in good mechanical condition, and reliable. Contractor shall provide all maintenance and repair services required to ensure all vehicles are serviceable, mechanically safe, and meet all applicable Federal and State vehicle safety inspection requirements. With the exception of emergency roadside maintenance, no maintenance and repair will be performed while vehicles are on Government property. Contractor shall have qualified personnel inspect the vehicles used in the performance of this contract to ensure vehicles are mechanically safe. Contractor shall ensure that all vehicles provided for use in this contract are kept in a clean condition, inside and outside, with the interior free of debris, trash, and spillage. Upon request and within two (2) business days, Contractor shall furnish Government with true and correct copies of any and all maintenance and repair service records. FOB Destinations Alameda and Oakland California Anticipated Contract Type/Vehicle: The anticipated contract vehicle will be a firm-fixed-priced contract. Anticipated Period of Performance: The period of performance is anticipated to be for a one-year Base Period and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start no later than 01 June 2016. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 485410, School and Employee Bus Transportation with a size standard of $15.0M. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Emely.Hagins@uscg.mil) no later than 24 December, 2015 at 2:30PM, Pacific with the following information/documentation: 1. Name of Company, Address, and DUNS Number. 2. Name of Point of Contact, E-mail Address, and Phone Number. 3. Business size applicable to the NAICS Code above. Additionally, please specify from the list below, all that apply to your company: 8(a) Small Business SBA-Certified HUBZone Small Business (HUBZone) Service-Disabled Veteran-Owned Small Business (SDVOSB) Economically Disadvantaged Women-Owned Small Business (EDWOSB) Women-Owned Small Business (WOSB) Small Business (SB) Large Business (LB) 4. Corporate affiliations, potential joint venture partners, teaming partners, and/or major subcontractor information must be provided with your information. 5. Commercial market information and practices applicable to this service. 6. A positive statement of your intent to submit an offer as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. SAM Registration: Interested parties should register in the System for Award Management (SAM), formerly known as CCR if they wish to be considered for this requirement. Information on SAM registration can be obtained at https://www.sam.gov/portal/public/SAM/. Please contact SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2942881269560dbc4955fe92732ac209)
- Place of Performance
- Address: Coast Guard Island, Alameda, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN03965339-W 20151211/151209234719-2942881269560dbc4955fe92732ac209 (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 |