Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

V -- OPTION - Shuttle Bus Services for EPA-RTP Campus

Notice Date
9/20/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
EPA - RTP Procurement Operations Division, RTP, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-OARM-17-00591
 
Response Due
9/29/2017
 
Archive Date
3/28/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is PR-OARM-17-00591 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 485999 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-29 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The Environmental Protection Agency - RTP Procurement Operations Division requires the following items, Meet or Exceed, to the following: Base Period of Performance: 12/01/2017 - 11/30/2018 LI 001: Shuttle Bus Services for EPA-RTP Campus as outlined in the attached PWS., 12, MO; Option 1 Period of Performance: 12/01/2018 - 11/30/2019 LI 001: Shuttle Bus Services for EPA-RTP Campus as outlined in the attached PWS., 12, MO; Option 2 Period of Performance: 12/01/2019 - 11/30/2020 LI 001: Shuttle Bus Services for EPA-RTP Campus as outlined in the attached PWS., 12, MO; Option 3 Period of Performance: 12/01/2020 - 11/30/2021 LI 001: Shuttle Bus Services for EPA-RTP Campus as outlined in the attached PWS., 12, MO; Option 4 Period of Performance: 12/01/2021 - 11/30/2022 LI 001: Shuttle Bus Services for EPA-RTP Campus as outlined in the attached PWS., 12, MO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Environmental Protection Agency - RTP Procurement Operations Division intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Environmental Protection Agency - RTP Procurement Operations Division is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Refer to the attached RFQ PR-OARM-17-00591 for the Addendum to FAR Clause 52.212-4. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: Refer to the attached RFQ PR-OARM-17-00591 for applicable clauses. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) through FedBid so that they are received no later than the closing date and time for this solicitation. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): Refer to the attached RFQ PR-OARM-17-00591 for applicable clauses. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Refer to the additional terms and conditions in the attached RFQ PR-OARM-17-00591 Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price and factors listed herein. In addition to the price, the following factors shall be used to evaluate offers: 1.Technical Evaluation Criteria: A.Past Performance- Demonstrated successful past performance for similar work comparable in size, scope, and complexity to the shuttle bus service required in this RFQ completed during the past three years, and those currently in process for similar work. See the provision entitled Past Performance Information for details on submission of past performance. Past performance is the quality of the work performed. B. Knowledge of an Approach to the Performance Work Statement Outline the overall specifications of your proposed turnkey operation of shuttle bus services for the Environmental Protection Agency in Research Triangle Park, North Carolina (EPA-RTP). 1. Demonstrate a detailed and workable approach to performing all of the required services in the PWS. This approach must be technically sound, logistically appropriate, and efficient. 2. Identify the materials, equipment and/or supplies to be used to accomplish the PWS (including information on the bus to be used, products used for vehicle maintenance, etc).Clearly identify which products are environmentally preferable products and/or biobased products. 3. Discuss your approach for performing the required services in the PWS in a manner that is consistent with the relevant policy and objectives identified in the agency ™s environmental management system (EMS}. http://www.epa.gov/greeningepa/practices/ems.htm C.Corporate Experience- Demonstrated successful experience for similar work comparable in size, scope, and complexity to the shuttle bus services required in this RFQ. Vendors shall complete the Corporate Matrix (see Attachment No. 7), or provide the same information in a similar formate, to illustrate recent experience of the company, proposed subcontractor, or team members. Corporate Experience is the type and quantity of the work performed. D.Transition Plan 1.Provide a delivery schedule for the bus 2.Identify and discuss the resolution of all problems that the offeror foresees. 3.Identify specific steps and a timeline for accomplishing the transition. 2. Price Evaluation FAR 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/PR-OARM-17-00591/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04687372-W 20170922/170920232730-7c3a1c79079394bacc26d456db0dd1b7 (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.