Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2021 SAM #7138
SOURCES SOUGHT

V -- JROTC JCLC ADVENTURE NORTH REQUEST FOR SCHOOL BUS TRANSPORTATION � 290 Cadets

Notice Date
6/15/2021 4:21:52 AM
 
Notice Type
Sources Sought
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-21-Q-6344
 
Response Due
6/18/2021 8:00:00 AM
 
Archive Date
07/03/2021
 
Point of Contact
Jon Leppala, Phone: 2182691102, Richard J. Torres, Phone: 5025287034
 
E-Mail Address
jon.a.leppala.civ@mail.mil, richard.j.torres.civ@mail.mil
(jon.a.leppala.civ@mail.mil, richard.j.torres.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contractor shall provide 44-passenger bus services for Cadets attending JCLC Adventure North at New York Military Academy from 26 - 30 June 2021. �Six (6) 44-passenger buses will be used to transport Cadets from their respective high schools to camp at New York Military Academy on 26 June 2021 and return them on 30 June 2021. �Up to eight 44-passenger buses will be utilized daily to support JCLC Adventure North from 26 June � 30 June 2021 to transport Cadets to/from training sites during the hours of 0700-1700.� One Suburban or equivalent will be provided for Cadre use from 25 - 30 June 2021 for in- and around- transportation, as well as for supervision and for oversight of the numerous bus movements.� Advance Party personnel report on Friday, 25 June 2021.� Buses must meet NY Department of Transportation guidelines and rules for established school buses.� Daily maintenance checks and proper fueling and fluid level additions will occur prior to conducting transportation missions.� SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the personnel, equipment, supplies, transportation, supervision, and other items and non-personal services necessary to perform bus and suburban services as defined in the Performance Work Statement. The contractor shall perform to the standards in the PWS. This will be on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 485510 Charter Bus Industry � Bus Charter Services (Except scenic sightseeing) Business Size Standard of $16,500,000. �A need is anticipated for the bus transportation. This is a new requirement for this FY.� Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5215a8c1858d44cf833d1b19820fd495/view)
 
Place of Performance
Address: NY 12553, USA
Zip Code: 12553
Country: USA
 
Record
SN06032737-F 20210617/210615230117 (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 |
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.