Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604

Regional 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