Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

V -- NSSD Conference Transportation - Performance Work Statement

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488999 — All Other Support Activities for Transportation
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-17-Q-0023
 
Archive Date
1/28/2017
 
Point of Contact
Toni, Phone: 7036041002
 
E-Mail Address
Toni.m.davis3.civ@mail.mil
(Toni.m.davis3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Detail information for African Center transportation. Solicitation Number: HQ0013-17-Q-0023 Notice Type: Combined Synopsis/Solicitation (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013-17-Q-0023, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide transportation, in support of the National Security Strategy Development (NSSD) Program for the Africa Center for Strategic Studies. The event is scheduled for 21 January 2017- 29 January 2017. Transportation is required from 21 January 2017- 29 January 2017. The North American Classification System (NAICS) code is 485510, size standard is $15 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide transportation services in support of the National Security Strategy Development (NSSD) Program. The requirements are detailed in the attached Performance Work Statement (PWS). (vi) The requirement is for vehicles to pick up and drop off attendees of the National Security Strategy Development (NSSD) Program as follows: a. The contract requires expert transportation services to and from the National Defense University-Lincoln Hall from the lodging and to a few out-of-metro area sites as on the sample transportation schedule for two weeks; requesting drivers that are familiar with the metropolitan Washington, D.C., and Virginia areas. b. The contractor shall provide the ACSS Center with a driver's assignment sheet which will include the bus driver's name, social security number, state driver's license number and telephone contact number. The bus make/model and vehicle identification number and state tag number is also required to the ACSS Center. This information is required for security purposes at various DOD and Federal Government locations and shall be provided to the ACSS Center within seven (7) working days prior to the start of the seminar. If time does not allow for 7 days advance prior to the start date, information to be provided as soon as possible after award. c. The contractor shall be able to perform services at any location in the Metro area that the government deems a needed The contractor shall provide the NESA Center with a driver's assignment sheet which will include the bus driver's name, social security number, state driver's license number and telephone contact number. The bus make/model and vehicle identification number and state tag number is also required to the NESA Center. This information is required for security purposes at various DOD and Federal Government locations and shall be provided to the NESA Center within seven (7) working days prior to the start of the seminar. If time does not allow for 7 days advance prior to th the start of the seminar. If time does not allow for 7 days advance prior to the start date, information to be provided as soon as possible after award. d. ***Contractor must be a DOD approved carrier by DTMO and listed on the Military Bus Program****e start date, information to be provided as soon as possible after award. e. Location of Performance: All transportation will originate and/or end in the location of the lodging, which will be in and around the Washington Metropolitan area hotel (TBD), (to include D.C., Virginia and Maryland) and at the National Defense University located in Washington, D.C. The contractor shall be able to perform services at any location in the Metro area that the Government deems a needed emergency training site. f. Period of Performance: The period of performance is 21-29 January, 2017. The Government reserves the right to cancel contract without penalty if a national emergency dictates canceling or curtailing seminar(s). *At the time of the posting of this announcement the hotel has not been selected. See clin structure attached: CLIN 0001 Description-Transportation Services info - - - UNIT QTY PRICE TOTALS CLIN 0001 2 Airport Greeters required, see attached schedule (see schedule) for Dulles and Reagan Airports, January 22, 2017 DAY 2 CLIN 0002 2 Airport Greeters required, see attached schedule (see schedule) for Dulles and Reagan Airports, January 23, 2017 DAY 2 CLIN 0003 80 passenger Bus, see attached schedule (see schedule), January 24, 2017 DAY 1 CLIN 0004 80 passenger Bus, see attached schedule (see schedule), January 25, 2017 DAY 1 CLIN 0005 80 passenger Bus, see attached schedule (see schedule), January 26, 2017 DAY 1 CLIN 0005 80 passenger Bus, see attached schedule (see schedule), January 27, 2017 DAY 1 10 Person Van Airport Dropoff at Dulles and Reagan Airports, January 27, 2017 DAY 1 10 Person Van Airport Dropoff at Dulles and Reagan Airports, January 28, 2017 DAY 1 10 Person Van Airport Dropoff at Dulles and Reagan Airports, January 29, 2017 DAY 1 (vii)The requirement shall be Firm Fixed Price (FFP). The requirement shall be competed as a small business set aside. (viii) To be considered for award, offerors must be DOD approved carrier by DTMO and listed on the Military Bus Program. (ix) Requirement is as follows: a) At the time of this posting, it is estimated that the contractor will have to transport 80 participants. Please refer to the attached transportation schedule. b) The most current transportation matrix is attached. It is subject to change. c) Vendors shall provide one (1) passenger charter bus to accommodate 80 PA and one (1) ten passenger vans. d) Vendors shall submit their approach for addressing the requirements of the attached schedule. The approach shall include pricing. (x) The PWS and Transportation schedule are attached. (xi) Offerors shall provide information regarding cancellation policy. (xii) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. (xvi) Submission of Quotes: Quotes shall be submitted by Friday, 13 Jan 2017 no later than 2:00 PM EST to the point of contact listed below. (xvii) Offerors' quotes shall include the following: a. Offerors shall submit their approach for meeting the government's transportation needs. Approach shall include the following information: -The experience of the licensed drivers that will provide the transportation. -Whether the use and access to a GPC system is accessible. - Whether a latrine, microphone and television/dvd is available for transport vehicles. -Provide the NESA Center with a driver's assignment sheet which will include the bus driver's name, social security number, state driver's license number and telephone contact number. The bus make/model and vehicle identification number and state tag number is also required to the NESA Center. This information is required for security purposes at various DOD and Federal Government locations and shall be provided to the NESA Center within seven (7) working days prior to the start of the seminar. If time does not allow for 7 days advance prior to the start date, information to be provided as soon as possible after award. b. Submit proof that the offeror is a DOD approved carrier by DTMO and listed on the Military Bus Program. c. a pricing chart. The unit price per each vehicle/trip or unit price per day. Whichever unit of measure the offeror is using. Be sure the total quoted price is included on the chart. (xviii) Past Performance: a. Offerors shall submit information regarding two past jobs they have performed or are performing within the last year and a half. b. Offerors shall state the name/number/identifier of the effort, the dollar amount and period of performance of the submitted jobs. c. Offerors shall provide the name, organization, phone number and email address of a point of contact for each past performance submission. (xix)Submission of Quotes: Quotes shall be forwarded to Toni Davis via email at toni.m.davis3.civ@mail.mil Facsimile submission will not be accepted. (xx)The point of contact for this acquisition is Toni Davis (Contract Specialist) or Woodrow Bell (Contracting Officer). Mrs. Davis can be reached via email: toni.m.davis3.civ@mail.milat (703) 697-8940. Woodrow Bell can be reached via email: woodrow.w.bell.civ@mail.mil or telephone at 703) 602-1464. (xxi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. 1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3. Tradeoffs are not permitted. 4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Exchanges may occur. 6. Non-cost factors: The non-cost factors are Approach and Past Performance a. Approach will evaluate offerors' proposals to address the Government's requirements, to include vehicles offered and that vehicles will be at the designated pick up points in a timely manner. b. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluated for acceptability. The evaluation ratings will be acceptable or unacceptable. 7. Acceptability Standards: a. The approach addresses every requirement of the schedule. b. Offeror is a DOD approved carrier by DTMO and listed on the Military Bus Program. c. Available on the required days d. Past performance: Performance on submitted examples is relevant and acceptable. 8. Cost: Cost will be evaluated as follows: The overall total of the SAMPLE REQUIREMENT CHART. The total of the listed unit price multiplied by the quantities shall be the evaluated price should the Overall Total on the sample be calculated incorrectly, on the submission. (xxii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xxiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xxiv)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: ADMIN BY DODAAC: INSPECT BY DODAAC: ACCEPT BY DODAAC: LOCAL PROCESSING OFFICE DODAAC: PAYMENT OFFICE DODAAC: PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxv) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer System for Award Management. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxvii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-17-Q-0023/listing.html)
 
Place of Performance
Address: In the DC metropolitan area, District of Columbia, United States
 
Record
SN04367249-W 20170112/170110233815-6eabaad5f2fd23b9ff894207025068e8 (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  © 1994-2020, Loren Data Corp.