Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

V -- BUS FOR SPRING/FALL REFUGE ACADEMY FY18

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
FWS, DIV OF CONTRACTING AND FA 698 CONSERVATION WAY SHEPHERDSTOWN WV 25443 US
 
ZIP Code
00000
 
Solicitation Number
140F0918Q0031
 
Response Due
3/15/2018
 
Archive Date
3/30/2018
 
Point of Contact
Tisdale, Jason
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 140F0918Q0031 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number/Effective Date: 2005-97 / 01-24-2018. This procurement is being solicited as a 100% small business set-aside under NAICS code 485510 - Charter Bus Industry. The small business size standard is $15.0 million. Background: The National Conservation Training Center (NCTC) is the "Home" of the US Fish and Wildlife Service (FWS) and serves conservation professionals from both the FWS and the general conservation community. The Visitor Services & Outreach Branch is responsible for providing training to the refuge employees of the FWS. Purpose: The FWS Visitor Services & Outreach Branch has incorporated a field trip as a portion of the Refuge Management Academy to illustrate the roles, responsibilities, mandates, and policies that drive the National Wildlife Refuge System, (2) develop an awareness of management options and approaches in performing refuge duties; (3) develop basic interpersonal skills, and (4) cultivate a communication network among the participants. Requirement 00010: Round trip bus transportation with a professional driver using 47 (or larger) -passenger tour bus for Spring Refuge Management Academy field trip. There will be up to 32 passengers on the bus. Bus shall transport people each day back and forth to national wildlife refuges and provide transportation to and from local restaurants in the evening if required. Date(s) and place(s) of delivery and acceptance: Tuesday, April 17, 2018 Departure Location:National Conservation Training Center, 698 Conservation Way, Shepherdstown, WV 25443 Departure Time:7:30 am Destination:Great Swamp National Wildlife Refuge, 32 Pleasant Plains Road, Basking Ridge, NJ 07920 Days Itinerary:TBD Approx. Departure from Refuge: 4:30 Pm Destination:Hotel near Basking Ridge, NJ - TBD Wednesday, April 18, 2018 Departure Location:Hotel near Basking Ridge, NJ - TBD Departure Time: 8:00 am Destination: Great Swamp National Wildlife Refuge, 32 Pleasant Plains Road, Basking Ridge, NJ 07920 Days Itinerary:TBD Departure Time: 1:30 pm Destination: Hotel near Annapolis, MD - TBD Thursday, April 19, 2018 Departure Location:Hotel near Annapolis, MD - TBD Departure Time: 7:30 am Destination: Patuxent National Wildlife Refuge Visitor Center, 0901 Scarlet Tanager Loop, Laurel, MD 20708 Departure Time: 4:15 pm Destination: Hotel near Annapolis, MD - TBD Friday, April 20, 2018 Departure Location:Hotel near Annapolis, MD - TBD Departure Time:7:30 am Destination: Hwy 198/Bald Eagle Drive 9:15AM-Noon - depart in separate vehicles (Bus not needed during this time) for North Tract Tour Departure Time: 2:00 pm Destination:National Conservation Training Center, 698 Conservation Way, Shepherdstown, WV 25443 Requirement 00020: : Round trip bus transportation with a professional driver using 47 (or larger) -passenger tour bus for Fall Refuge Management Academy field trip. There will be up to 32 passengers on the bus. Bus shall transport people each day back and forth to national wildlife refuges and provide transportation to and from local restaurants in the evening if required. Date(s) and place(s) of delivery and acceptance: Tuesday, October 23, 2018 Departure Location:National Conservation Training Center, 698 Conservation Way, Shepherdstown, WV 25443 Departure Time:7:30 am Destination:Canaan Valley National Wildlife Refuge, 6263 Appalachian Hwy, Davis, WV 26260 Days Itinerary:TBD Approx. Departure from Refuge: 4:30 Pm Destination:Hotel near Davis, WV - TBD Wednesday, October 24, 2018 Departure Location:Hotel near Davis, WV - TBD Departure Time: 8:00 am Destination: Canaan Valley National Wildlife Refuge, 6263 Appalachian Hwy, Davis, WV 26260 Days Itinerary:TBD Departure Time: 1:30 pm Destination: Hotel near Annapolis, MD - TBD Thursday, October 25, 2018 Departure Location:Hotel near Annapolis, MD - TBD Departure Time: 7:30 am Destination: Patuxent National Wildlife Refuge Visitor Center, 0901 Scarlet Tanager Loop, Laurel, MD 20708 Departure Time: 4:15 pm Destination: Hotel near Annapolis, MD - TBD Friday, October 26, 2018 Departure Location:Hotel near Annapolis, MD - TBD Departure Time:7:30 am Destination: Hwy 198/Bald Eagle Drive 9:15AM-Noon - depart in separate vehicles (Bus not needed during this time) for North Tract Tour Departure Time: 2:00 pm Destination:National Conservation Training Center, 698 Conservation Way, Shepherdstown, WV 25443 The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Evaluation Procedures: (a) The Government intends to award a firm-fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following other factors which are approximately equal in importance will be used to evaluate offers: (1)Technical Capability: Provide sufficient information to show the contractor's ability to meet the requirement. (2)Past Performance: Acceptable or Neutral Past Performance required. While contractors are not required to submit past performance information, the Government may obtain information from any sources available to it, to include, but not limited to, the System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), other databases, interviews with other Government officials with knowledge of the Offeror, and other publically available information. Past Performance will be rated as acceptable, neutral, or unsatisfactory. A contractor with no recent/relevant performance record available or a performance record so sparse that no meaningful assessment rating can be reasonably assigned will receive a neutral rating. A contractor with a past performance rating of unsatisfactory will not be considered for award. (b) All evaluation factors other than price, when combined, are approximately equal in importance to price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits BUS DRIVER WG-7 $24.03-$8.71 Additional Clauses applicable to this acquisition: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Clause incorporated by reference) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Clause incorporated by reference) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar (End of clause) WAGE DETERMINATION APPLICABLE (a) In the performance of this contract, the Contractor shall comply with the requirements of U.S. Department of Labor Wage Determination No. 2015-4285, Revision 8, dated 01/10/2018. (Attached) (End of clause) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor Invoice The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Additional provisions applicable to this acquisition: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation) (Provision incorporated by reference) 52.204-22 Alternative Line Item Proposal (Jan 2017) (Provision incorporated by reference) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar (End of provision) Offers must be received at: FWS, NCTC, Division of Contracting ATTN: Jason Tisdale 698 Conservation Way Shepherdstown, WV 25443 or Email to jason_tisdale@fws.gov on or before 13MAR18 at 1200 ET. To obtain more information regarding this solicitation please contact Jason Tisdale at 304-876-7708 or jason_tisdale@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0918Q0031/listing.html)
 
Record
SN04854723-W 20180316/180314231719-d6e00ab7af13a2180823df8c09fe49d7 (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.