Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOLICITATION NOTICE

V -- JBSA-Fort Sam Houston Bus Services - RFP Attachments

Notice Date
1/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-16-R-0007
 
Archive Date
2/17/2016
 
Point of Contact
Karen Rodriguez, Phone: 2106525007, Andrew E. Belko, Phone: 2106525169
 
E-Mail Address
karen.rodriguez.4@us.af.mil, andrew.belko.1@us.af.mil
(karen.rodriguez.4@us.af.mil, andrew.belko.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 4 – Wage Determination No. 2015-2521 (Rev.- 2) Attachment 3l – Appendix F, Quality Assurance Surveillance Plan Attachment 3k – Appendix E, Government Furnished Facility Attachment 3j – Appendix D, Weekly/Monthly CLIN Summary Report Attachment 3i – Appendix C, JBSA-FSH Weekly Trip Schedule Attachment 3h – Appendix B, JBSA-FSH Post Shuttle Bus Schedule Attachment 3g – Appendix A, Estimated Workload Data Attachment 3f – PWS Attachment 6, Mission Essential Contractor Services Plan Requirements Attachment 3e – PWS Attachment 5, Schedule of Insurance Attachment 3d – PWS Attachment 4, Deliverables Schedule Attachment 3c – PWS Attachment 3, Performance Requirements Summary Attachment 3b – PWS Attachment 2, Government Furnished LMRs Attachment 3a – PWS Attachment 1, Government Furnished Vehicles Attachment 3 – Performance Work Statement Attachment 2 – Applicable Provisions and Clauses Attachment 1 – Schedule of Service Line Items and Delivery Information This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Acquisition for Commercial Items, as supplemented with additional information included in this notice and attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA3047-16-R-0007 is issued as a Request for Proposal (RFP) in accordance with FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, effective 4 Dec 2015. This solicitation is issued as a competitive Small Business Act Section 8(a) set-aside, and competition is limited to eligible 8(a) concerns. Eligibility is based on Section 8(a) program criteria and eligibility will be determined by the Small Business Administration (SBA) at the time of proposal submission. The applicable NAICS code is 485999, All Other Transit and Ground Passenger Transportation, and the size standard $15 million. Contract Line Items: CLIN Description Est Qty X001 D ispatch/Project Management: Provide on-site 12 x Months dispatch & project manager for the JBSA-FSH Bus Service Contract IAW PWS Para.5.3. X002 Short Trips: Provide bus service to 2,552 x Runs support short trips (0-15 round trip miles) IAW PWS Para. 5.1.2. X003 Medium Trips: Provide bus service to 1,326 x Runs support medium trips (15.1-35 Roundtrip Miles) IAW PWS Para. 5.1.2. X004 Long Trips: Provide bus service to support 1,725 x Runs long trips (35.1-75 Roundtrip miles) IAW PWS Para. 5.1.2. X005 Hourly Bus Service: Provide hourly bus 17,118 x Hours service to include post shuttle, shuttle service and hourly requirements IAW PWS Para. 5.1.1., 5.1.1.5, and 5.1.1.6. Description of services to be acquired: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform bus operations and dispatch services for Joint Base San Antonio (JBSA) - Fort Sam Houston (FSH) as defined in the Performance Work Statement (PWS), appendices and Government provided schedules, except for those items specified as Government furnished property and services. The contractor shall maintain adequate staffing to provide undisrupted service in the operation of up to 20 Government owned/leased buses or passenger vans, Monday through Friday except for Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Bus operators shall be licensed by the State of Texas with a minimum Class B commercial driver's license (CDL) with a passenger (P) endorsement. The contractor shall dispatch and operate buses within the local FSH area, not to exceed (NTE) 100 one-way miles from FSH Dispatch. Period of Performance: 1 Apr 2016 through 31 Mar 2017 (Base), with four 12-month option periods. Delivery and acceptance of services will take place at the 502d Logistics Readiness Squadron, Building No. 4055, Joint Base San Antonio-Fort Sam Houston, Texas 78234. FOB Point: Destination The Government intends to award a single contract for this competitive 8(a) small business set-aside service acquisition. Proposals will be evaluated in accordance with FAR 13.106-2 and will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR.15.101-2. A complete list of all provisions and clauses applicable to this solicitation can be found at Tab 2. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items, and FAR 52.212-2, Evaluation - Commercial Items, and addendums apply to this acquisition. Offerors are required to include in their proposal a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, and addendum applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, (DEVIATION 2013-O0019) (NOV 2015) applies to this acquisition. Defense Priorities and Allocations System: Not Applicable Proposals are due 16 Feb 2016, 2 PM CST. Deliver to 502 CONS/JBKCA, 395 B Street West, Suite 2, Bldg 224 Joint Base San Antonio, Randolph, TX 78150, ATTN: Karen Rodriguez. The 502d Contracting Squadron Contract Specialist for this requirement is Ms. Karen Rodriguez, (210) 652-5007; Email: karen.rodriguez.4@us.af.mil. The 502d Contracting Squadron Contracting Officer for this requirement is Ms. Barbara Jewett (210) 652-8407; Email: barbara.jewett.1@us.af.mil. The cut-off date for questions is 4 Feb 2016, 2PM CST. Questions regarding this solicitation are to be submitted in writing or via email; no other means of communicating questions will be accepted for this solicitation. List of Attachments: Attachment 1 - Schedule of Service Line Items and Delivery Information Attachment 2 - Applicable Provisions and Clauses Attachment 3 - Performance Work Statement Attachment 3a - PWS Attachment 1, Government Furnished Vehicles Attachment 3b - PWS Attachment 2, Government Furnished LMRs Attachment 3c - PWS Attachment 3, Performance Requirements Summary Attachment 3d - PWS Attachment 4, Deliverables Schedule Attachment 3e - PWS Attachment 5, Schedule of Insurance Attachment 3f - PWS Attachment 6, Mission Essential Contractor Services Plan Requirements Attachment 3g - Appendix A, Estimated Workload Data Attachment 3h - Appendix B, JBSA-FSH Post Shuttle Bus Schedule Attachment 3i - Appendix C, JBSA-FSH Weekly Trip Schedule Attachment 3j - Appendix D, Weekly/Monthly CLIN Summary Report Attachment 3k - Appendix E, Government Furnished Facility Attachment 3l - Appendix F, Quality Assurance Surveillance Plan Attachment 4 - Wage Determination No. 2015-2521 (Rev.- 2)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-16-R-0007/listing.html)
 
Place of Performance
Address: 502d Logistics Readiness Squadron, Building No. 4055, JBSA-Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04000342-W 20160127/160125234251-0747a27c28d170975582b98856c0f01a (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.