Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2022 SAM #7679
SOLICITATION NOTICE

V -- Local Shuttle Service - Crew Transportation

Notice Date
12/7/2022 8:16:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
SUP OF SHIPBUILDING CONV AND REPAIR BATH ME 04530 USA
 
ZIP Code
04530
 
Solicitation Number
N6278623T0002
 
Response Due
12/19/2022 8:59:00 AM
 
Archive Date
01/03/2023
 
Point of Contact
Hannah Lavoie, Phone: 2074422489, Christopher P Ramsden, Phone: 2074422495
 
E-Mail Address
hannah.e.lavoie.civ@us.navy.mil, christopher.p.ramsden2.civ@us.navy.mil
(hannah.e.lavoie.civ@us.navy.mil, christopher.p.ramsden2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for�commercial services�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; proposals are being requested and a written solicitation will not be issued.� SCOPE OF WORK:�The Contractor shall furnish all labor, supervision, tools, materials, equipment and transportation necessary to provide shuttle bus service with a minimum capacity of 44 passenger buses with bus driver for transportation of Navy Crewmembers assigned to Pre-Commissioning Unit during the period of crew mobilization to crew move aboard. Routine bus runs will be used to transport crewmembers between their berthing locations, Brunswick Landing Pegasus St. Parking Lot and Pre-commissioning (PCU) Unit in Bath, Maine. There will be approximately 250 to 260 crewmembers using these services. Please see the Busing Statement of Work document attached to this notification.� WORKMANSHIP:�All work shall be performed to the highest standards of the trade and shall conform to all codes governing that trade. All work shall be performed in accordance with the approved Military Bus Agreement. All work shall be performed by appropriately licensed and qualified drivers and mechanics in accordance with the DoD Bus Agreement. The work will be so conducted as to avoid damage to other property and equipment in the area. All damage thereto shall be made good by the contractor at their own expense. IMPORTANT NOTICE: In order to participate your entity MUST be a DoD-approved carrier at the time of award. In accordance with Defense Transportation Regulation (DTR), Chapter 104,�DoD entities arranging charter bus service must ensure only DoD-approved carriers are used for official travel. Each DoD-approved carrier is required to adhere to and sign the DoD Bus Agreement (DBA), which is kept on file at the Defense Travel Management Office (DTMO). For more information, please see the DoD Bus Program website: https://www.defensetravel.dod.mil/site/bus.cfm EVALUATION OF BIDS: All bids will be evaluated to determine which carrier offers the best value service. In addition to cost, best value factors influencing carrier selection include, but are not limited to, the following: (a) The presence of sufficient equipment to perform the move. (b) The overall condition of the equipment (with an emphasis on safety). (c) The carrier�s history of providing timely and responsible service. (d) The conduct and performance of operating personnel This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. 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. 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.225-13, 52.232-34. Additional applicable provisions: 52.204-13, 52.204-19, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.209-10, 52.212-3 Alt I, 52.212-2 52.219-28, 52.219-6 DEV, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-1, 52.232-23, 52.232-33, 52.232-39, 52.232-40, 52.232-8, 52.233-1, 52.233-3, 52.233-4, 52.243-1, 52.246-1, 52.249-1, 52.249-8, 52.253-1, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7000, 252.204-7003, 252.204-7008, 252.204-7009, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.204-7019, 252.211-7003, 252.215-7013, 252.225-7001, 252.225-7048, 252.231-7000, 252.232-7003, 252.232-7010, 252.243-7001, 252.244-7000, 252.247-7023, 52.204-24, 52.212-4, 52.212-5, 52.212-5 DEV, 52.213-4, 52.217-8, 52.252-2, 52.252-6, 252.204-7006, 252.232-7006, G-232-H002, G-232-H005 The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0885f5799554428849e07231d7a4b22/view)
 
Place of Performance
Address: Bath, ME 04530, USA
Zip Code: 04530
Country: USA
 
Record
SN06537210-F 20221209/221207230055 (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.