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
SOURCES SOUGHT

V -- Shuttle Bus Services

Notice Date
5/23/2017
 
Notice Type
Sources Sought
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Office of Personnel Management, Boyers Contracting Group, Boyers Contracting Group, 1137 Branchton Road, Boyers, Pennsylvania, 18018, United States
 
ZIP Code
18018
 
Solicitation Number
OPM1517I0001
 
Archive Date
6/14/2017
 
Point of Contact
Jesse C Rumbel, Phone: 7247945612
 
E-Mail Address
jesse.rumbel@nbib.gov
(jesse.rumbel@nbib.gov)
 
Small Business Set-Aside
N/A
 
Description
Requested information should be emailed to: Jesse.Rumbel@NBIB.GOV Please include the following in the subject line of the email Shuttle Bus Sources Sought Response A. BY NOT RESPONDING TO THIS ANNOUNCEMENT WITH ALL ITEMS LISTED IN SECTION B MAY AFFECT PLANNING OUTCOMES. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. As information obtained from this announcement will potentially be utilized to help develop the Government acquisition strategy (including, but not limited to, tenability of a small business set-aside), it is paramount that interested parties fully respond. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions regarding budgetary items and to gain knowledge of potential qualified businesses and is an effort to meet social economic goals. B. Interested contractors shall provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work/products described in section E of this announcement. The capabilities statement must contain: (a) Company name (b) Will your company perform at least 51% of work (small business) (c) Provide draft subcontracting plan (large businesses) (d) Price estimate (e) Product information (f) Delivery Schedule information (g) Insurance (h) Does your company provide these services on a GSA FSS type contract? (i) Address (j) Point of contact (k) Phone, fax, and email (l) DUNS number (m) Cage Code (n) Tax ID Number (o) Type of small business, e.g. 1. Services Disabled Veteran Owned small Business 2. Veteran- Owned Small Business 3. 8(a), HUB-Zone 4. Women Owned Small Business 5. Small Disadvantaged Business 6. Small Business HUB-Zone Business 7. Small Business C. The Government will not reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Classification System (NAICS) code for this acquisition has been determined to be 485510 Bus charter services (except scenic, sightseeing) with a corresponding size standard of $15 million dollars has been selected. D. Notice to Notice to Respondents: All respondent who provide goods or services to the United States Federal Government shall be registered in the System for Award Management (SAM): www.sam.gov. It is important that all respondents have accurate and complete Representations and Certifications within its SAM profile. E. PRODUCT INFORMATION PART 1 THE SCHEDULE SECTION B SUPPLIES OR SERVICES AND PRICE/COST CLINSERVICESQTY-UNITUNIT-PRL/I TOTAL 001...Shuttle bus service for Federal Investigative 12 MO Investigative Service office of US Office of Personnel Management for Base Year 002...Shuttle bus service for Retirement 12 MO Operations Center of US Office of Personnel Management for Base Year 003...Shuttle bus service for Federal Investigative 12 MO Investigative Service office of US Office of Personnel Management for Option Year One 004...Shuttle bus service for Retirement 12 MO Operations Center of US Office of Personnel Management for Option Year One SECTION C DESCRIPTIONS / SPECIFICATIONS / SOW C.1.Special Requirements for Shuttle Bus Operations Contractor will provide Shuttle Bus Service between the outside upper parking areas and work areas inside the mine during the designated hours of operation. Bus routes are not fixed but must include stops in all designated bus stop areas in reasonable proximity to existing work centers. Maps showing the routes of the standard and ADA-accessible buses will be provided to the Contracting Officer for his/her approval. Copies of the approved route maps will be made available (electronic format is preferred) to the the Contracting Officers Representative (COR) for distribution to all mine work centers. Buses will make continuous circuits during service hours, particularly during afternoon hours, stopping only to drop off onboard passengers or pick up passengers already waiting at the bus stop or who are visibly making their way to the bus stop. Shuttle Vehicle Specifications: Shuttle service consists of two standard, i.e., school bus-type, buses with seating capacity of approximately 26-28 passengers and one ADA-compliant low-floor bus of approximately 12-14 passenger capacity, equipped with retractable ramp able to be used by persons riding in wheelchairs and/or using mobility-assistive devices such as canes or walkers. Hours of Operation: All three vehicles will operate weekdays Monday through Friday except Federal holidays during the hours of 5:30 9:00am and 2:30 6:10 pm. NOTE: The last run carrying passengers out of the mine must stop at no earlier than 6:10pm so as to accommodate persons whose work hours end at 6:00pm, i.e. workers in OPM-ROC. In addition, one school bus-type shuttle will operate between 10:00 and 11:30pm. Any deviations to this schedule including extra hours for shuttle bus service on workdays involving early departure workdays will be provided in advance. Additional Services Hours: Any requirements for shuttle operation for OPM activities in addition to those described in this section must be approved in advance by Boyers Contracting Group and Iron Mountains Business Manager or their designees. Period of Performance: Base Plus One Option year Pricing will remain unchanged during the base fiscal year. Proposed changes must be submitted in writing to the contracting officer not less than thirty (30) days in advance of the proposed effective date. Periodic progress meetings will be conducted on at least a calendar quarterly basis. The first meeting will be held within thirty days of the contract start date. Required attendees include the Iron Mountain business manager or his designated representative; a representative from the shuttle bus provider; the Contracting Officer or his representative; and the COR. A record of each meeting will be made by the Contracting Officer and retained with the contract file. Address of Services: US Office of Personnel Managements 1137 Branchton Rd Boyers, PA 16018 In order of entering the mine, the stops are: Tunnel 28 (where the ice cream truck stops) ROC auditorium Front of Roadway Caf tunnel 28 CBS along main entry tunnel Tunnel 44 SSA tunnel 29 Tunnel 28 near NBIB Mailroom Outside, tier 2 handicapped area Outside, tier 3 handicapped area (front bus shelter) Outside, across Branchton road to meet the BART bus as needed (2x daily)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b146742facc375fefea1041db357354)
 
Place of Performance
Address: US Office of Personnel Managements, 1137 Branchton Rd, Boyers, PA 16018, Boyers, Pennsylvania, 16018, United States
Zip Code: 16018
 
Record
SN04519525-W 20170525/170523235908-1b146742facc375fefea1041db357354 (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.