SOLICITATION NOTICE
V -- TRAM SHUTTLE SERVICE AT FORT PICKENS
- Notice Date
- 2/3/2020 10:38:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 487110
— Scenic and Sightseeing Transportation, Land
- Contracting Office
- SER WEST(52000) TUPELO MS 38804 USA
- ZIP Code
- 38804
- Solicitation Number
- 140P5220Q0011
- Response Due
- 2/18/2020 8:59:59 PM
- Archive Date
- 03/04/2020
- Point of Contact
- Ward, Evans
- E-Mail Address
-
Andre_Ward@nps.gov
(Andre_Ward@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- FY20 VTS TRAM SHUTTLE SERVICE AT FORT PICKENS (GULF ISLANDS NATIONAL SEASHORE) COMBINED SYNOSIS/SOLICITATION: 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 along with Request for Quotation Number 140P5220Q0011 constitutes the entire solicitation. Technical approach, past performance, and price quotations are being requested. The Interior Region 1, 2, and 4, (National Park Service), has a requirement for a single firm-fixed price commercial services transportation contract. The purpose of the Visitor Transportation System (VTS) at Gulf Island National Seashore (GUIS) is to provide transportation for passengers in support of the concessioner's tour boat service to Fort Pickens as well as park and ride option for visitors arriving by own vehicle. Contractor shall provide all supervision and personnel necessary to provide the land transit service as defined in contract documents [Attachment 1 - Performance Work Statement]. At least one tram running during the schedule, and (up to three) trams operating when warranted during peak season or ridership demand. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number 140P5220Q011. Interested contractors should download the Request for Quotation. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. GOVERNMENT-FURNHISHED EQUIPMENT: The NPS will provide a fleet of four to six 27 passenger tram (motor and trailer unit) Model: Moto EV Electro Transit Buddy. PERIOD OF PERFORMANCE: 2020 VTS tram operations anticipated Start Date: MAR 13, 2020 thru End Date: NOV 1, 2020. Hours of operation: 9:30 AM -- 5:30 PM daily during Peak Season (18 MAY - 15 AUG 2020) and FRI-SUN only during shoulder season (13 MAR - 17 MAY 2020) and (11 AUG - 1 NOV 2020). ACQUISITION METHOD: This acquisition is issued as a Request for Quotation (RFQ) in accordance with the simplified acquisition method and procedures found in FAR Subparts 12 and 13, including the use of Standard Form 1449, Solicitation/Contract/Order for Commercial Items. SET-ASIDE: 100% small business under NAICS code 487110 Scenic and Sightseeing Transportation with size standard of $8.0 in millions of dollars. QUALIFICATIONS: Personnel Hiring Requirements and other minimum standards and or qualifications are found in Section C.3.6. of PWS. STREAMLINED EVALUATION OF OFFERS: Offers shall be evaluated in accordance with the criteria contained in the solicitation. For commercial services the criteria need not be more detailed than technical (capability of the services offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed work plan meets or exceed the Government requirement. Solicitations for commercial items do not contain subfactors for technical capability when the solicitation adequately describes the intended use. A technical evaluation would normally include examination of such things as contractor's qualifications; past performance; record of integrity and business ethics; necessary organization, experience, accounting and operational controls; as well as technical skills, quality assurance measures, and safety programs applicable to services to be performed by the prospective contractor and subcontractors. Past performance shall be evaluated in accordance with the procedures in 13.106. Offerors should submit the following: 1. Three references (for RELEVANT contracts that are similar in size, complexity and nature to this work) within the past five years; 2. Technical approach to satisfy the technical requirements; 3. Contract Pricing Form; and 4. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Quotations/offers will be reviewed to determine best value, price and other factors considered. Response submission requirements as follow: All quotations emailed to andre_ward@nps.gov on or before 10:00 a.m., CT, 18 FEB 2010, and SUBJECT LINE clearly marked with Request for Quotation Number 140P5220Q0011. Set Aside: 100% Total Small Business NAICS Code: 487110 SIZE STD: $8.0 PRICE ANALYSIS: Before making award, the contracting officer must determine that the proposed price is fair and reasonable. (1) Whenever possible, base price reasonableness on competitive quotations or offers. (2) If only one response is received, include a statement of price reasonableness in the contract file. The contracting officer may base the statement on- (i) Market research; (ii) Comparison of the proposed price with prices found reasonable on previous purchases; (iii) Current price lists, catalogs, or advertisements. However, inclusion of a price in a price list, catalog, or advertisement does not, in and of itself, establish fairness and reasonableness of the price; (iv) A comparison with similar items in a related industry; (v) The contracting officer�s personal knowledge of the item being purchased; (vi) Comparison to an independent Government estimate; or (vii) Any other reasonable basis. RESPONSE DUE DATE: 18 FEB 2020 @ 10 AM (CT). Offer submission via EMAIL: andre_ward@nps.gov. All quotations or offers timely received shall be considered. If the contracting officer receives only one acceptable offer from a responsible small business concern in response to a set-aside, the contracting officer should make an award to that responsible, responsible firm. If the contracting officer receives no acceptable offers from responsible small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, shall be resolicited on an unrestricted basis. Purchase orders generally are issued on a fixed-price basis. However, a time-and-materials contract or labor-hour contract may be used for the acquisition of commercial services under certain conditions when justified and the CO determines that Firm-Fixed Price contract type is not suitable.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/776c7a8b5d174e60a89ebf9a8fa0ff16/view)
- Place of Performance
- Address: Fort Pickens Area, 1400 Fort Pickens Road, Gulf Breeze, FL 32563, USA
- Zip Code: 32563
- Country: USA
- Zip Code: 32563
- Record
- SN05550205-F 20200205/200203230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |