Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
MODIFICATION

V -- Puerto Rico SHUTTLE AND BUS SERVICE HURRICANE MARIA STAFF

Notice Date
1/18/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
3003 Chamblee Tucker Rd, atlanta, GA 30341
 
ZIP Code
30341
 
Solicitation Number
HSFE02MARIASHUTTLE
 
Response Due
1/19/2018
 
Archive Date
7/18/2018
 
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 HSFE02MARIASHUTTLE 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 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 485510 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 2018-01-19 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: TRANSPORT UP TO 500 PERSONNEL DAILY (Monday through Saturday) TO AND FROM SAN JUAN CONVENTION CENTER (GOVT PARKING LOT) AND FLEET PARKING TO AND FROM FEMA JOINT FIELD OFFICE (FEMA WORKSITE) PER ATTACHED ROUTE AND SCHEDULE. Estimate 350 people per day to/from CONVENTION CENTER AND 150 PER DAY TO/FROM FLEET PARKING. 3 MONTH PERFORMANCE PERIOD. EXTENDABLE MONTHLY THEREAFTER. ALL VEHICLES AND DRIVERS TO BE LICENCED AND CERTIFIED PER APPLICABLE LOCAL, STATE AND FEDERAL REQUIREMENTS. GOVERNMENT CAN CHANGE SCHEDULE WITH 24 HOUR NOTICE. APPLICABLE DEPT OF LABOR MINIMUM WAGE DETERMINATION ATTACHED., 3, MO; LI 002: AD-HOC ONE-WAY TRIPS AS-REQUIRED FOR UP TO 25 PERSONNEL AS REQUIRED. THIS WILL LARGELY BE WITHIN THE SAN JUAN AREA. FOR EXAMPLE THIS COULD INCLUDE GROUPS TRAVELING TO/FROM SAN JUAN AIRPORT TO EITHER JOINT FIELD OFFICE, HOTELS OR OTHER LOCATIONS OR HOTELS. PRICE IS PER ONE-WAY TRIP. GOVERNMENT CAN SCHEDULE AD-HOC TRIPS WITH 24 HOUR NOTICE. BILLED ONLY AS USED., 24, EA; LI 003: SPECIAL AD HOC VIP, EXECUTIVE TRAVEL. PLACE $10,000.OO IN THIS LINE ITEM. EACH TRIP WILL BE NEGOTIATED AS NEEDED BUT MAY INCLUDE LARGE GROUPS UP TO 50 PERSONNEL AND INVOLVE TRAVEL THROUGHOUT PUERTO RICO, WITH MULTIPLE STOPS AND LAST ALL DAY., 1, LOT; 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, DHS Federal Emergency Management Agency 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. DHS Federal Emergency Management Agency 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. 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. Bids will only be considered from companies residing in Puerto Rico. Must meet requirements of FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within DR4339PR (entire commonwealth of Puerto Rico) which will be verified upon selection for award or otherwise will be determined to be ineligible to receive an award. Award will be made to the responsible Seller whose offer conforming to the solicitation provide the Lowest Price Technically Acceptable (FAR part 15). The order of importance for this bid is price, technical capability, delivery, and past performance. The government will also check records in the Past Performance Information Retrieval System (PPIRS). A rating of Unacceptable in any of the below technical factors or sub-factors will render the entire proposal technically unacceptable and, therefore, not eligible for award. Past performance will be verified by the Contracting Officer. Bid MUST be good for 30 calendar days after close of Buy. 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30 days Shipping must be free on board (FOB) destination 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 Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE02MARIASHUTTLE/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04793250-W 20180120/180118231338-6fb642317c08f33c736f2a3181a41f2e (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.