|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604Regional Contracting Department (Code 201), Fleet and Industrial Supply
Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549 V -- TRANSPORTATION OF PERSONNEL SOL N00604-00-T-A184 DUE 060500 POC
Sandra E. Foster, 808/473-7508 E-MAIL: Click here to contact the
Contract Specialist via, sandra_foster@pearl.fisc.navy.mil. 1.
TRANSPORTATION OF PERSONNEL, FOR ASIA PACIFIC CENTER FOR SECURITY
STUDIES. Solicitation N00604-00-T-A184 DUE 5 JUNE 2000, 1:00 p.m.
Hawaiian Standard Time (HST). Point of Contact: Sandra E. Foster,
808/473-7508, Contract Specialist; Gail Caban, 808/473-7528; Joseph
Saunders, Contracting Officer. 2. GENERAL: This solicitation is 100%
set aside for small business. See Numbered Note 1. All qualified
responsible sources may submit a proposal. 3. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, Streamline Procedures for Evaluation
and Solicitation for Commercial Items, as supplemented with additional
information included in this notice. 4. This announcement constitutes
the only solicitation; quotations are being requested and a separate
written solicitation will not be issued. Quotation Number
N00604-00-T-A184 applies and is issued as a Request for Quotation. 5.
The provisions and clauses incorporated in the RFQ are those in effect
through Federal Acquisition Circular 97-17 and Defense Acquisition
Circular 91-13. 6. The standard industrial code is 4151 and the small
business size standard is $5 million. 7. This requirement is for a firm
fixed price requirements contract for one (1) Contract Line Item (CLIN)
for a Base Period and four (4) one year option periods as follows: Base
Period, 01 July 2000 through 30 June 2001, CLIN 0001; First Option
Period, 1 July 2001 through 30 June 2002, CLIN 1001; Second Option
Period, 1 July 2002 through 30 June 2003, CLIN 2001; Third Option
Period, 1 July 2003 through 30 June 2004, CLIN 3001, Fourth Option
Period, 1 July 2004 through 30 June 2005, CLIN 4001. Please submit
proposals for the base year and four option years. In the event unit
price(s) and extend price(s) are ambiguous, the Government shall use
the indicated unit price(s) for evaluation and award purposes. 8.
DESCRIPTION: Contract Line Item (CLIN) 0001: Quantity-1 Lot, Item
description: Transportation of personnel attending the Executive Course
of the College of Security Studies. 9. STATEMENT OF WORK: (1) General
Scope: The contractor will provide transportation services to transport
Fellows (up to 90 passengers) attending the Executive Course of the
College of Security Studies, Asia-Pacific Center for Security Studies
from their place of residence (444 Nahua Street, Honolulu, Hawaii) to
The Center located at 2058 Maluhia Road, Honolulu Hawaii (vicinity of
Hale Koa Parking Garage) during the periods specified. The contractor
is responsible for all remedial/preventive maintenance, insurance, and
liability for personal injury and property damage, fuel, and labor.
(2) Period of Performance: The service is expected to commence in July
2000 for a maximum of three 12-week periods at a time, during the
calendar year with an approximate one-month break between periods. The
Government anticipates four (4) trips daily Monday through Friday
(except Federal Holidays) beginning no earlier than 0730 and ending no
later than 1730. The Government will provide weekly schedules by 12:00
p.m. two working days prior to the beginning of the work week. The
contractor should arrive 15 minutes prior to the departure times
provided in the weekly schedule. The Executive Course dates for
calendar year 2000 and 2001 are as follows. Executive Course 00-2, 10
July 15 September 2000; Executive Course 00-3, 2 October 15 December
2000; Executive Course 01-1, 22 January 12 April 2001; Executive Course
01-2, 21 May 9 August 2001; Executive Course 01-3, 24 September 13
December 2001. This class pattern will be repeated in the additional
option years. (3) Safety and Quality Assurance: The contractor will
comply with generally accepted standards for bus operation and
maintenance practices. As a minimum, the contractor shall comply with
all provisions of applicable statutes and agreements, which may affect
safety, and with all Department of Transportation and Hawaii State
regulations, directives, orders, rules and standards. Compliance with
published standards may not, standing alone, constitute compliance with
generally accepted standards of operation, training, passenger comfort,
and maintenance. The contractor will keep the equipment clean, orderly,
and in a good state of repair. The Government may refuse to accept
buses that are unsafe, unclean, have an offensive odor, or provide
unsatisfactory passenger comfort. The Asia-Pacific Center for Security
Studies Executive Director, Dean of Admissions, Resource Management
Chief, and/or Facility Manager shall have the right to make the
determination of the acceptability of the buses. (4) Contingency for
Bus Breakdown During Operation: In the event that a bus becomes
inoperable when scheduled to transport or while transporting
passengers, the contractor will immediately dispatch a replacement bus
if the estimated time of repair exceeds 30 minutes. In no event will
passengers wait more than one hour from the time of bus breakdown until
the arrival of alternate transportation or the repair/restart of the
original bus. Substitute service is entirely at the expense of the
contractor. (5) Required Reports: a. Delay Report. When a delay of 20
minutes or more occurs at any point in the movement for any reason, the
contractor will immediately inform the Asia Pacific Center for Security
Studies and will provide a written report with a copy to the
Contracting Officer within 24 hours of the delay. The report will
contain the following information: Delay at origin: provide actual
departure time and place; Delay at destination: provide actual arrival
time and place; Reason for the delay; Corrective action taken; Other
pertinent information necessary to fully explain the circumstances of
the delay. b. Accident Report. If a bus is in involved in an accident
that results in an injury, fatality, or substantial property damage,
the contractor will immediately inform the Asia Pacific Center for
Security Studies and provide a written report with a copy to the
Contracting Officer. The contractor shall not disclose to the public
the names and extent of injury or death of passengers, pending
notification of the next of kin by the Government. Announcements may be
made by the contractor about its own employees at the contractor's
discretion. 10. CONTRACT CLAUSES/PROVISIONS: Provisions with addendum.
(A) The provision at FAR 52.212-1, Instructions to Offerors-Commercial
Items applies. Addendum to Paragraph (b)(10), Past performance- Delete
entire paragraph. Substitute "Past Performance will not be evaluated
but will be used as a factor in determining responsibility. Offerors
shall provide the name and numbers of three (3) references that you
have provided same or similar services (reference sheets may be
obtained from the POC stated herein)." Paragraph (h), Multiple awards
-- Delete entire paragraph. Substitute "Single Award. The Government
plans to award a single contract resulting from this solicitation." (B)
The provision at FAR 52.212-2, Evaluation Commercial Items applies.
Addendum to Paragraph (a), The Government intends to make a single
award to the responsible contractor whose proposal is in conformance
with the specifications/statement of work, in full compliance to all
other requirements set forth in the solicitation and the lowest cost or
price. The Government reserves the right to judge which proposals show
the required capability and the right to eliminate from further
consideration those proposals which are considered unacceptable and not
capable of being made acceptable without major rewrite or revision. (C)
The provision at FAR 52.212-5, Contract Terms and Conditions Required
to Implement Statutes of Executive Orders Commercial Items applies.
Addendum to Paragraph (b), The following FAR clauses are incorporated
by reference: 52.203-6, Restrictions of Subcontractor Sales to the
Government; 52.219-8, Utilization of Small Business Concerns;
52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers
with Disabilities; 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic
Funds Transfer Central Contract Registration. (D) The provision at
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items applies. Addendum to Paragraph (b), the following
DFARS clauses are incorporated by reference: 252.225-7001, Buy American
Act and Balance of Payment Programs. (E) The provision at FAR 52.215-5,
Facsimile Proposals applies. Addendum to Paragraph (c), the fax number
is (808) 473-5750. 11. Offerors are required to complete and include
a copy of the following provisions with their proposals (copies may be
obtained from the POC stated herein): FAR 52.212-3, Offeror
Representation and Certifications-Commercial Items; and DFARS
252.212-7000, Offeror Representations and Certifications-Commercial
Items. 12. In addition to the above, the following FAR provisions and
clauses apply: FAR 52.212-4, Contract Terms and Conditions Commercial
Items, applies. FAR 52.216-18, Ordering, paragraph (a) add "Such orders
may be issued from 01 July 2000, or on the award date, whichever is
later, to the end of the contract period." FAR 216-19, Order
Limitations, paragraph (a) fill blank with "$500.00", paragraph (b)(1)
fill blank with "$1,000", paragraph (b)(2) fill blank with
"$1,000.00", paragraph (b)(3) fill blank with "seven (7) calendar
days", paragraph (c) fill blank with "seven (7) calendar days"; FAR
52.216-21, Requirements; FAR 52.217-5, Evaluation of Options; FAR
52.217-8, Option to Extend Services, paragraph (f) fill blank with
"thirty (30) days following the end of the contract period."; FAR
52.217-9, Option to Extend the Term of the Contract, paragraph (c) fill
blank with "five (5) years"; FAR 52.219-6, Notice of Total Small
Business Set-Aside. 13. In addition to the above, the following DFARS
provisions and clauses apply: DFARS 252.204-7001, Commercial and
Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required
Central Contract Registration; DFARS 252.225-7000, Buy American Act
Balance of Payments Program Certificate. 14. The Government reserves
the right to judge which proposals show the required capability and the
right to eliminate from further consideration those proposals which are
considered unacceptable and not capable of being made acceptable
without major rewrite or revision. Proposals must be received no later
than 1:00 p.m. HST, 5 June 2000. Quotes should be mailed to: Fleet and
Industrial Supply Center, Regional Contracting Department (ATTN: Sandra
E. Foster, Code 201A.SF), 1942 Gaffney Street, Suite 100, Pearl Harbor,
Hawaii 96860-4549. Facsimile proposals will be accepted at
808/473-5750. Email quotes may be addressed to
sandra_foster@pearl.fisc.navy.mil. Posted 05/17/00 (W-SN455932).
(0138) Loren Data Corp. http://www.ld.com (SYN# 0094 20000519\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|