|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1996 PSA#157512TH CONTRACTING SQUADRON/LGCV, 395 B STREET WEST, RANDOLPH AFB TX
78150-4525 Attn:/TSgt PJ Barringer V -- TRANSPORTAION,TRAVEL & RELOCATION SERVICES - POTENTIAL SOURCES
SOUGHT DUE 050696 POC TSgt PJ Barringer tel: (210) 652-5047/Bobby G
Riddle Contracting Officer 210-652-5141 CNT F41691-96-R0017 MANAGEMENT
AND OPERATIONS OF COMMERCIAL TRAVEL OFFICE Provide all personnel,
equipment, tools,materials supervision and other items or services
necessary to perform the management and operation of the commercial
travel offices located at Randolph AFB, TX, Brooks AFB, TX, Lackland
AFB, TX, Goodfellow AFB, TX, and Laughlin AFB, TX, Kelly AFB,TX. Total
estimated dollar volume is $31,348,008.00. Contractor to provide
domestic travel consisting of the following: 1) Scheduled, commuter and
charter airline tickets, 2) Bus tickets, 3) Train tickets, 4) Ship
tickets to include cruises, fishing/party boat charters and ferries, 5)
Hotel, motel reservations, 6) Car, motor-home and other vehicle rental
arrangements in conjunction with other travel arrangements, 7)
Complete package and custom tailored tours/vacation of all type, 8)
Travel insurance, 9) 24-hour, year-round, toll-free telephone service
and international services consisting of the following: 1)
Visa/passport information, 2) All airline tickets of regularly
scheduled carriers, 3) Eurial pass tickets, 4) Britrail tickets, 5)
Regularly scheduled passenger ships, 6) Hotel reservations-all
continents, 7) Charter flights, 8) Complete tour/vacation packages
including car rental, 9) International drivers license information, 10)
Travel insurance. Assume responsibility for testing and possible
implementation of the existing DOD Reengineering Concepts at Randolph
AFB only. Must demonstrate the capability to provide transportation
during major contingencies for activated personnel from various
locations throughout the united states, including Alaska and Hawaii, to
a temporary processing point, and then from that point to various duty
stations within the continental United States (CONUS) and to locations
outside conus. It is anticipated required actions will be on a small
scale for the first 3 to 10 days followed by a surge of servicing 50 -
500 passengers daily. The technical criteria specified below is the
minimum criteria that will be evaluated and is listed in descending
order of importance. Technical information may exceed the minimum
criteria. A. Have experience and a satisfactory performance record: 1)
Evidence of progressive and responsible experience, both corporate and
individual, 2) Discuss prior experience acquired under other contracts
which would fully substantiate ability to perform this volume size
contract for the Air Force. Emphasis should be placed on any comparable
experience. All experience pertinent to illustrate performance ability
should be included. The data submitted should also include agency
name, number of years experience in this type of work, contract period
of performance, date of award, dollar amount and a description of the
services performed, along with the contract administration offices,
phone numbers, and a contract number. B. Provide a detailed description
of the functional organization. 1) State who will perform and how the
functional organization will solve any performance obstacles that may
occur, submit a detailed functional organizational chart identifying
supervisor assignments, responsibility and authority. 2) Discuss the
experience that key management personnel possess as well as their
technical knowledge and understanding of the requirements to provide
the required services. Discussion shall include number of years of
experience and educational qualifications of each manager and personnel
assigned to work on this contract. C. Understanding of the
requirements: 1) Evident the offeror understand and is capable of
performing the overall requirements. 2) Describe the offerors
management abilities with regard to execution of the work. D. Have
adequate financial resources to perform the contract, or the ability to
obtain them: 1) Submit copy of current financial statement. E. Capacity
to meet staffing requirements: 1) Discuss the company's ability to
acquire the necessary qualified personnel to meet the proposed
requirements. State source of resources, work force, composition, and
organization. 2) Describe qualification requirements. F. The proposed
contract listed here is being considered for 100 percent set-aside for
small business (SB) or 8a concerns. Interested SB or 8a concerns
should as early as possilbe but no later than 19 Apr 96, indicate
interest in the acquisition by providing to the contracting office the
information requested above and a positive statement of eligibility as
a SB or 8a concern. This information will be evaluated and used to
determine competitive set-aside action. If adequate interest is not
received from SB or 8a concerns, the solicitation will be issued as
unrestricted, without further notice. Therefore, replies to this notice
are requested from all businesses as well as from SB and 8a concerns.
Request for solicitation documnets from SB's or 8a's without
accompanying information will be considered nonresponsive to the
request without further consideration. For purposes of this procurement
the small business size standard is 1.0 million dollars in total
revenues, but excluding funds received in trust for an affilliated
third party, such as bookings or sales subject to commissions. The
commissions received would be included as revenue.(0106) Loren Data Corp. http://www.ld.com (SYN# 0065 19960416\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|