Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

V -- Charter bus service - PWS

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-17-R-0055
 
Archive Date
5/27/2017
 
Point of Contact
Rebecca A. Houghton, Phone: 9375224560
 
E-Mail Address
rebecca.houghton@us.af.mil
(rebecca.houghton@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
WD 2015-4731 Clauses PWS COMBINED SYNOPSIS/SOLICITATION 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 (based on the standards in FAR 9.104) who submits a quote that (1) conforms to the requirements of the solicitation; (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 quotes received and (2) the price fair and reasonableness of quotes received. Solicitation Number: FA8601-17-R-0055 Set Aside: This acquisition is a Total Set-Aside for Small Businesses under North American Industry Classification System (NAICS) Code 485510, Charter Bus Industry. Size Standard is $15 million. Solicitation Closing Date: Quotes must be received no later than 12:00 pm EST (noon), Friday, 26 May 2017. Any correspondence sent via e-mail must contain the subject line "Solicitation FA8601-17-R-0055." The entire quote 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. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 Jan 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 Dec 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-0127, effective 27 Jan 2017. Address questions regarding this solicitation to Rebecca Houghton by phone at (937) 522-4560 or by e-mail at rebecca.houghton@us.af.mil. A detailed description of the requirement including a solicitation document with CLIN(s), delivery date estimates, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, an explanation of how proposals will be evaluated and a performance work statement are provided in the attached documents. Upon award, any provisions that were in the solicitation document (including representations and certifications) will be removed from the award document. Requirement: The round-trip bus transportation must meet the following requirements: • Provide transportation for approx 55 passengers with gear. Request the use of TWO standard charter coaches (54-pax) in order to provide sufficient seating for all passengers and storage for 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 (approx 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. • Motor coaches must be clean and serviceable, free of damages and 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. • In the event of a vehicle break-down, the motor coach company will provide all repairs to motor coaches and will make all attempts to either repair or replace the vehicle in a timely manner • On 2 June 2017, departure day from Wright-Patterson AFB, OH, bus shall arrive to Visitor's Center at approx 1500 for security check. • Depart Wright-Patterson AFB approx 1600. • Arrive at SFES approx 0700 to offload • On 10 June 2017, departure day from Tyndall AFB, FL bus shall arrive at SFES approx 0700. • Depart SFES approx 1100. • Arrive at Wright-Patterson AFB, OH approximately 0200. • The points of contact for this trip are: Captain Colby Gregory (colby.gregory@afit.edu) and Captain Sean-Michael Kelly (sean-michael.kelly@afit.edu) Submit electronic proposals to: rebecca.houghton@us.af.mil. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Total price, No Progress Payments 6. Completed copy of FAR 52.212-3 Alternate I (if not already completed in SAM) 7. Copy of current liability insurance Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. 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/. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachments: 1. CLINS, Provisions and Clauses 2. Wage Determination 3. Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-17-R-0055/listing.html)
 
Record
SN04518389-W 20170525/170523234814-b612fc3c9a94c50000037a52917837e4 (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.