Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2002 FBO #0052
SOURCES SOUGHT

V -- BUS SERVICES LACKLAND AFB, TX

Notice Date
1/18/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-busservice2002
 
Response Due
1/31/2002
 
Point of Contact
Terrie Seybold, Contract Specialist, Phone 210-671-1766, Fax 210-671-1199, - Johnie Johnson, Contracting Officer, Phone (210)671-1752, Fax (210)671-1199,
 
E-Mail Address
terrie.seybold@lackland.af.mil, johnie.johnson@lackland.af.mil
 
Description
This is a SOURCES SOUGHT NOTICE (not a Presolicitation notice pursuant to FAR Part 5) to identify sources that can perform bus services. Results will be used to aide our transportation squadron in developing means of transporting Air Force recruits, basic trainees, and technical school students to various activities and locations on Lackland AFB, Medina Annex, Kelly Annex, Kelly USA and Camp Bullis Texas. . The 37th Contracting Squadron (37 CONS), Lackland AFB, Texas anticipates a requirement for bus services. The contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, and other items and services to provide Bus Service to include Shuttle buses for Lackland AFB and between Lackland AFB and Medina Annex, Kelly Annex, Kelly USA and Camp Bullis, TX (approx 37,000 runs annually). Bus Service is also to include scheduled/unscheduled bus services on and around Lackland AFB (approximately 37,000 runs annually). It is anticipated that 40-50, 44 passenger Bluebird type buses (buses must comply with a life expectancy and mileage of 8 years and 100,000 miles) will be required to meet the anticipated requirements. Buses must have under floor luggage bay. Buses operate 365 days a year. Most buses operate from 5:00 am until 11:00 PM, however there is special bus service required from 12:00 am until 1:00 pm and from 1:00 pm until 06:00 am. Majority of runs are less than 20 miles one way, some runs are 20-40 miles one way, but there are runs that maybe be up to 125 miles one way. All Buses must comply with the contract type is anticipated to be a Multi-year (3 years guaranteed), with options, Firm Fixed Price, Requirements contract. The duration of the contract, to include all options, is anticipated to be five (5) years. The NAICS for this project is expected to be 485410 with a $5.0 million size standard. Small business concerns should also refer to Federal Acquisition Regulation (FAR) Part 9.6?Contractor Team Arrangements, and FAR 19.1?Size Standards. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in DFARS 252.204-7004 & 252.232-7009. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423 The following are specific considerations on which we would like you to think and comment. 1. Are there any unrealistic requirements/ stipulations that would prevent your firm from responding to an RFP for this type of contract? 2. Based on the outlined requirement, is your company interested and capable of providing this service? This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for proposal, and is not considered to be a commitment by the government. The government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Respondents capable of satisfying the requirement stated herein should respond electronically or in writing by 31 January 2002 to Terrie Seybold, 37 CONS/LGCBD, 1655 Selfridge Ave., Bldg 5450, Room 206, Lackland AFB, TX 78236-5253 or Terrie.Seybold@Lackland.AF.MIL. Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, FAX Number, Size of Business pursuant to NAICS Code 485410 (size standard $5 million), abbreviated capabilities/credentials/resumes, and a statement as to whether your company is domestically or foreign owned.
 
Place of Performance
Address: Lackland AFB TX
Zip Code: 78236-5253
Country: United States
 
Record
SN20020123/00016518-020122123537 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.