Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, IL, 62225-5015

V -- TRANSPORTATION (TAXI) FOR ALL OFFICIAL AND UNOFFICIAL TRAVELERS AT SCOTT AFB IL SOL F11623-00-R-0014 DUE 071200 POC Judy Haeffner, Contract Specialist, Phone 618-256-9255, Fax 618-256-5237, Email judy.haeffner@scott.af.mil -- Karen Kersey, Contracting Officer, Phone 618-256-9258, Fax 618-256-5237, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F11623-00-R-0 014&LocID=468. E-MAIL: Judy Haeffner, judy.haeffner@scott.af.mil. This is a combined synopsis/solicitation for commercial items 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. The solicitation is issued as a Request for Proposal under the number F11623-00-R0014. 375th CONS/LGCB proposes to award a Transportation Service Agreement (TSA) for the movement of DOD, leisure, and Space Available (Space A) travelers (hereafter referenced as the _travelers_) to/from various locations within the Scott AFB community to/from St. Louis Lambert International Airport. The TSA will consist of a test period from 01 Aug 00, or from the time of award whichever is later, through 30 Sep 2000. If the test program proves advantageous to the Government, two additional option periods will follow. If exercised, the first option period will be from 01 Oct 00 thru 30 Sep 01, and the second option period will be from 01 Oct 01 thru 30 Sep 02. The contractor shall be required to provide safe and reliable taxi service for all travelers to and from St. Louis Lambert International Airport. Offerors are geographically restricted to the Illinois area, i.e., they may not be located more than 15 miles from Scott AFB. The contractor will be required to establish a toll free telephone number that will provide travelers with a single number to establish their schedule for pickup and drop-off time. The contractor shall be responsible for the dispatching, combining, and execution of all runs. Travelers shall be picked up and dropped off at both their duty station and domicile. The following communities comprise the service area: Scott AFB IL 62225; Belleville IL 62220, 62221, 62223, 62226 and 62269; Shiloh IL 62269; Mascoutah IL 62258; Collinsville IL 62234; O'Fallon IL 62269; Fairview Heights IL 62208; Swansea IL 62226; and Caseyville IL 62232. Estimated monthly runs average 130 to 150 combined trips to and from the Airport, but may increase to 450 to 500 runs per month during peak movement times. (Peak movement is normally during the summer months, but may vary.) Wage Determination No. 94-2309 Rev (18) date of last revision: 06/13/2000 (Atch 5) applies to this acquisition. Acceptance of service will be destination. Performance Specifications and Transportation Service Agreement (Atch 1) will establish guidelines and payment process. The contractor shall accept all major credit cards for payment. This solicitation is reserved as a small business set-aside. The associated standard industrial classification code is 4729 and the small business size standard is $5.0M. Offerors are required to submit a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications _ Commercial Items, along with their offer (Atch 4). FAR 52.212-1, 52.212-2, 52.212-4 and 52.212-5 are not applicable to this acquisition. To assure timely and equitable evaluation of offers, offerors must submit Part I,- Price proposal, Part II,- Technical Proposal and Part III, -- Past Performance Information per instructions (Atch 3). Award of this acquisition will be based on Best Value to the Government considering price, technical and past performance (Atch 2). The Government reserves the right not to award to the lowest quote. Price will be evaluated by multiplying each unit price times a quantity of one and then adding the total of all areas (e.g., to/from Scott, Belleville. etc) together along with all of the option years. Initial Technical Proposal shall consist of an inventory listing of the fleet of vehicles to include make, model, and passenger capability. After the contracting officer has established a competitive range, all remaining offerors within the competitive range will be contacted to establish a date for a site visit. The vehicles to be used in the performance of the Agreement will be evaluated. The technical evaluation will be pass/fail. The vehicle will be evaluated on ridership capacity, cleaniness of the vehicle and general overall appearance of the vehicle. The Government will evaluate the quality and extent of offeror_s experience deemed relevant to the requirements of this Agreement. Offerors will provide a list of three (3) of the most relevant services performed for either Federal or commercial customers within the last three years. The references should be of similar in type scope (such as hotel shuttle bus service). Provide the following information for each reference if applicable. Company name, exact service performed, contract number, contract dollar amount, period of performance. Name, address and fax number. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant references. Past Performance will be evaluated on approximately equal to cost or price considerations. Submitted information must reference: Company name/Division, service, Contracting Agency, contract number, contract dollar value, period of performance and complete address and current telephone number and fax number. Contractors must be registered on the Central Contractor Registration (CCR) to be eligible for award. Application may be obtained by calling " fax on demand" at 1-703-696-0504, or register on-line at: www.ccr2000.com. Quotes are due on 12 Jul 2000 NLT 1600 CDT at the 375th CONS/LGGB, 201 E. Winters St., Bldg 50, Scott AFB IL 62225-5015, or may be faxed to (618)256-5237, Attention: Ms. Haeffner. Ms Judith Haeffner, Contracting Specialist, (618)256-9255 and Karen A. Kersey, Contracting Officer (618)256-9258 are the points of contact for this solicitation. Posted 06/29/00 (D-SN470379). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0184 20000703\V-0006.SOL)


V - Transportation, Travel and Relocation Services Index Page