Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1997 PSA#1889

Contracting Officer, U.S. Coast Guard Maintenance and Logistics Command, Atlantic, Staff Symbol fcp-1, 300 East Main Street, Suite 965, Norfolk, Virginia 23510-9113

V -- SCHOOL BUS TRANSPORTATION SERVICES SOL DTCG84-97-Q-QNA020 DUE 072897 POC Contract Specialist, Ms. Lee Bradford, 757/628-4123, Contracting Officer, Mr. John Kmecz This combined synopsis/solicitation for commercial services is prepared in accordance with the format of Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number DTCG84-97-Q-QNA020. This solicitation is issued as a request for quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This RFQ is 100% Small Business Set Aside. The Standard Industrial Classification (SIC) Code is 4151; The Small Business size standard is $3.5 million. SCHEDULE: Contract Line Item Number (CLIN) 0001, Provide school bus transportation for approximately 170-200 elementary school students from the U.S. Coast Guard Training Center, Family Housing, Cape May, New Jersey to the Cape May City Elementary and Our Lady Star of the Sea schools, Cape May, New Jersey; 5 days per week, excluding vacation periods and holidays, for the period 1 September 1997 through 30 June 1998, using approximately 3 buses per day, for 181 school days (Estimated); QTY -- 3 BUSES; UNIT -- 181 DAYS @ $__ __ ___ PER DAY; TOTAL PRICE $ __ __ ___. CLIN 0002, Provide additional school bus as required by the Contracting Officer's Technical Representative, UNIT -- ONE BUS PER DAY @ $ __ __ __ __. GENERAL REQUIREMENTS: Contractor will be required to furnish 4 trips each school morning (3 or 4 buses will be necessary) and 4 trips each afternoon. EQUIPMENT REQUIREMENTS: Contractor shall provide 54-passenger buses, or larger, which meet the specifications for school buses governed by the State of New Jersey Board of Education and USCG Training Center Cape May, as described below: a. School buses shall be equipped with electric identification and warning lamps, which when such bus has stopped to receive or discharge any pupil, will exhibit a flashing red light plainly visible. Such lamps shall meet the requirements prescribed by the State Board of Education including the amber/red warning light system. b. There shall be displayed on every bus, a sign or legend which will inform the driver of any vehicle concerning the duty imposed upon him/her by law with respect to passing such bus while it is loading/unloading. A sign shall be on the rear of the bus, at least 10 square feet in size, painted National School Bus "glossy yellow" and have the words "School Bus" printed in black letters not less than 6 inches high. The emergency door shall have "Emergency Door" printed on the outside. c. The exterior color of the bus shall be glossy yellow. d. All buses must be issued a school bus inspection sticker by the State of New Jersey DMV specifically authorizing the bus to be used for transportation of students. Owners/operators of buses shall submit evidence of inspection to the Contracting Officer prior to the beginning of the school year and at any time as the Contracting Officer deems necessary. e. A record of vehicle inspections shall be maintained by the contractor, who shall submit such records to the Contracting Officer. A systematic inspection and maintenance record signed by the person making repairs/inspection shall be maintained for each vehicle, and retained for 13 months. f. No advertisements of any kind are permitted on either the interior or exterior of the bus. g. All buses must comply with all applicable local, state and federal regulations currently in effect, including rules and regulations that specifically apply for the manufacture year of the bus. For example, buses with a chassis manufacture date of October 1992 or later must be equipped with seat belts and high back seats. h. Seating will face forward. TRANSPORTING PUPILS TO SCHOOL: Contractor will transport designated pupils over the following established route: Beginning at Family Housing area (see map, Attachment #1, which may be obtained by calling the contact number identified below), the buses will load pupils as directed by the Contracting Officer's Technical Representative (COTR) and proceed using the most direct/safest route to Cape May City Elementary School, where pupils will be discharged. One bus will go to Our Lady Star of the Sea school and discharge the remaining pupils. Children are to arrive no earlier than 8:25 AM and no later than 8:35 AM each student day at Cape May Elementary. In the event of a late school opening, no student discharge will be conducted at Our Lady Star of the Sea. Prior to the late opening, buses are to be present in the housing area in time to transport pupils to arrive at Cape May Elementary within 5-10 minutes before the school day commences. TRANSPORTING PUPILS FROM SCHOOL: One bus will pick up students at Our Lady Star of the Sea at 2:40 PM, and proceed to Cape May Elementary, where pupils aredismissed at 3:00 PM. Buses are to be ready for boarding when pupils are dismissed, then proceed to housing area. In the event of early dismissal by Cape May Elementary, no pickup will be made at Our Lady Star of the Sea. Prior to the early dismissal time, buses will be ready for boarding at Cape May Elementary, then proceed to housing area. If the class schedule is changed during the school year, or there is a delayed opening or early dismissal changes the times of arrival/dismissal, the bus schedules will be adjusted. The COTR may elect to have the bus unload pupils at the USCG Training Center's Day Care Center in addition to the bus stops in the Family Housing area. PERSONNEL: a. Contractor shall ensure that prior to the beginning of performance, and prior to the assignment of any driver or substitute driver, there shall be on file by the contractor with the Contracting Officer, the name and Social Security number of each driver and certification of a valid school bus driver's license and criminal background check. b. The driver of each vehicle shall comply with the qualifications set forth for drivers in the regulations of the State Board of Education and USCG Training Center, Cape May. If any driver violates any traffic regulation, the Contracting Officer may request that the contractor remove the driver. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, is incorporated by reference. The following clauses are addendums to FAR Provision 52.212-1 and are incorporated: 52.233-2, Service of Protest (OCT 95), 52.232-15, Progress Payments Not Included (APR 84). FAR Provision 52.212-2, Evaluation-Commercial Items, does not apply, award will be made to the offeror who submits the lowest price. Offerors shall complete FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 96) and submit it with their offer. The certification can be requested by calling the contact number identified below. FAR Provision 52.212-4, Contract Terms and Conditions, Commercial Items, is incorporated by reference. FAR Provision 52.212-4 includes an addendum incorporating additional clauses. Please contact the number identified below to obtain the clauses. FAR Provision 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 96) hereby applies to this acquisition. FAR 52.222-3, Convict Labor; FAR 52.222-41, Service Contract Act of 1965, as amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; apply. Offerors may obtain the latest Wage Determination No. 94-2345, Rev. 6, dated 7/02/97 which establishes the prevailing wage guidelines for this acquisition by calling the contact number identified below. INSURANCE: Before commencing work under this contract, the contractor shall acquire a Certificate of Insurance in accordance with FAR Clause 52.228-5, Insurance-Work on a Government Installation (SEP 89). Insurance coverage will be as follows: WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE with employer's liability coverage of at least $100,000.00. GENERAL LIABILITY -- bodily injury liability insurance coverage written on the comprehensive form policy, at least $500,000.00 per occurrence and AUTOMOBILE LIABILITY -- combined bodily injury/property damage with minimum limits of $1,000,000.00 per occurrence on the comprehensive policy form covering all owned, non-owned, and hired cares which will be used in contract operations where use will not be limited exclusively to the premise on which the work under such contract is performed. NOTICE TO QUOTERS: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the contract office is unable to satisfy their concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at this address: Commandant (G-CPM-S/3), 2100 Second Street SW, Washington, DC 20593, telephone (202)267-2285, Fax (202)267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. (Note: Interested minority and women-owned businesses may want to investigate the Department of Transportation's short-term loan program. For further information and applicable forms, please call (202)366-2852). SUBMISSION OF QUOTES: In order to be considered Responsive, quoters must certify in writing that their equipment and personnel meet all the requirements set forth in this solicitation. Quotes shall be received at Commander (fcp-1), Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113, Attention Ms. Lee Bradford, by 4:00 PM local time, July 28, 1997. All quotes must be clearly marked with quoter's name and solicitation number. Facsimile quotes will be accepted but must be followed by an original signed quotation. FAR Provision 52.215-18, FACSIMILE PROPOSALS (DEC 1989) is incorporated by reference. POINT OF CONTACT: For information, questions, FAR provisions in full text, and copies of addendums/attachments to this solicitation, call Ms. Lee Bradford at (757)628-4123 or request same via fax at (757)628-4134 or 4135. To make a site visit, the Point of Contact is CWO2 Eric Boone at (609)898-6917 or 6918. Numbered Note 1 applies (0196)

Loren Data Corp. http://www.ld.com (SYN# 0122 19970717\V-0002.SOL)


V - Transportation, Travel and Relocation Services Index Page