Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

V -- SHUTTLE SERVICES FOR CDC EMPLOYEES AND FAMILY MEMBERS

Notice Date
2/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2002-N-00370
 
Response Due
3/29/2002
 
Archive Date
4/13/2002
 
Point of Contact
Sandra Baxley, Contract Specialist, Phone (770)488-2601, Fax (770)488-2670, - Deborah Fallick, Contract Specialist, Phone (770)488-2602, Fax (770)488-2670,
 
E-Mail Address
SBaxley@CDC.GOV, DFallick@CDC.GOV
 
Description
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 SOLICITATION AND A PROPOSAL IS BEING REQUESTED. NO WRITTEN SOLICITATION WILL BE ISSUED. PLEASE NOTE THAT PRIMARY POINT OF CONTACT IS YVONNE M. EARLS, YAE2@CDC.GOV, TELEPHONE 770-4888-1992, NOT SANDRA BAXLEY AS LISTED. PLEASE CONTACT YVONNE EARLS FOR INFORMATION ABOUT THIS SOLICITATION. This solicitation 2002-N-00370, is issued as a Request for Proposal (RFP). The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. This procurement is unrestricted. The North American Industry Classification System code (NAICS) is 485410. Small business size standard: Average annual receipts for each of the three preceding fiscal years do not exceed $18 Million. DESCRIPTION OF SERVICES TO BE ACQUIRED: The Centers for Disease Control and Prevention (CDC) has historically provided parking space for CDC and contractor personnel at the CDC headquarters facility at 1600 Clifton Road, NE, Atlanta, Georgia. The area allotted for parking space will not be available during construction of a new facility and the addition of extra levels to the parking deck. CDC will provide passenger shuttle service from three satellite parking lots located within a five-mile radius to CDC headquarters in lieu of parking spaces at the facility. SCOPE OF WORK: The vendor shall provide all labor, equipment, materials, supplies and other incidentals necessary to provide passenger shuttle services as ordered. It is anticipated that approximately 500 passengers will be shuttled from the parking areas indicated. Contractor shall operate the buses between CDC headquarters and the designated areas between the hours of 6:30 am to 6:30 pm. Two (2) buses shall operate to/from each location every 15 minutes during the hours of 6:30 am to 9:30 am. From 9:30 am to 3:30 p.m, there will be one (1) bus each operating to/from the Clairmont and Briarcliff locations only. From 3:30 pm to 6:30 pm, two (2) buses shall operate to/from each location every 15 minutes. There will be a total of six (6) buses used during the hours of 6:30 am to 9:30 am and 3:30 pm to 6:30 pm. A total of two (2) buses will be used during off peak hours of 9:30 am and 3:30 pm. Shuttle Schedule of services is available via e-mail at yae2@cdc.gov. SPECIFIC REQUIREMENTS: The vendor shall provide vehicles to transport CDC and contractor personnel and their accompanied children as ordered. Vehicles shall be scheduled to accommodate the quantity of passengers ordered to be transported within the time and frequency as shown on the Passenger Services Schedule. Passenger shuttle service shall operate from the following locations to 1600 Clifton Road: Briarcliff Baptist/King's Bridge(3039 Briarcliff Rd) 221 parking spaces, Clairmont Presbyterian Church (1994 Clairmont Rd) 160-170 parking spaces, Decatur (Corner of Swanton & Commerce Street) 142 Spaces or any other parking lot within a 5-mile radius of 1600 Clifton Road. PASSENGER SHUTTLE SERVICES: Passenger shuttle services shall be provided five days per week, Monday through Friday, except on the following Federal holidays: New Year's Day, Labor Day, Martin Luther King's Birthday, Columbus Day, President's Day, Thanksgiving Day, Memorial Day, Veterans Day, Independence Day, and Christmas. Passengers other than CDC or contractor employees or their children shall not enter a vehicle while the vehicle is on duty under this contract. Drivers of vehicles shall not pick up passengers other than those authorized or at locations other than those shown on the schedule. All passengers, except children accompanied by parents, shall be required to show a CDC identification badge or temporary CDC identification badge at the time they board the shuttle. Children accompanied by parents will be allowed to ride the shuttle to and from the off-site parking locations. Children under four years old shall be in a passenger restraining seat approved by the Georgia Department of transportation, and used in accordance with the manufacturer's direction for such system (i.e., hookup to seat belts). Parents are responsible for providing retaining seat(s) for their child (ren). Shuttle Service Schedule is available via e-mail address yae2@cdc.gov. DRIVER QUALIFICATIONS: Drivers shall possess a valid Commercial Driver's License (CDL)-Class B, possess good communications skills in the English language, have a driving record with no suspensions or revocations, have no criminal record, and be drug free. Contractor shall submit with proposal a list of drivers available to fulfill this requirement. List shall include driver's name, Social Security # or Work Permit and CDL Drivers License Number. Drivers shall be in uniform while on duty. All personnel shall have an employee nametag and identification of the contractor located on the outer clothing which shall be visible at all times. Contractor will provide uniform and identification tags. Drivers shall wear seat belts while the vehicle is in motion. Drivers shall keep accurate passenger counts. The driver shall count ridership daily with each passenger being counted as they enter the vehicle. A bi-weekly ridership report on each shuttle service shall be given to the Project Officer no later than the fifth (5) working days after the two week period of the service has ended. Report shall be sent via facsimile or electronic mail. The Project Officer will provide the contractor with the format used for passenger counts bi-weekly reports sheets at time of contract award. Drivers shall not operate AM/FM radios nor use headphones while passengers are on the bus. Drivers shall not smoke any tobacco products inside the shuttles at any time. The government exercises the right to request the contractor to remove any driver that does not meet standards stipulated herein, subparagraphs a thru e above. If the Project Officer has complaints from customers about a driver, the contractor shall meet with the Project Officer and the driver to review complaints. If a driver does not follow stipulated standards, the Project Officer may exercise the right to request the contractor remove and replace driver from this requirement. Project Manager and drivers must obtain Security Clearance in accordance with CDC Local Clause CDC.H019 Security Clearance Requirements (7/99). Full text of this clause can be obtained via e-mail to yae2@cdc.gov. CONTRACT VEHICLES: A sign showing the destination, e.g., Briarcliff/King's Bridge, Clairmont, and Decatur, shall be posted on the front of the vehicle. The sign shall be easily discernable to passengers awaiting transportation. The government will furnish signs at time of contract award. Contractor shall submit with his proposal a list of vehicles that the company is planning to use for this requirement to include vehicle make, model & year. The contractor shall also include the license plate and registration of the vehicle. The vendor shall provide vehicles of not less than 18-passenger capacity capable of seating and transporting adult passengers comfortably with ample headroom. All passengers shall be seated. The vehicles shall have adequate air conditioning and heating systems to provide 70-degree temperatures throughout the interior of the vehicle. The vehicle shall have an entry door of at least 30 inches wide. All windows shall be at least 30 percent tinted tempered safety glass. A minimum of six buses shall be outfitted with two seat belts for each bus. Any upgrade to the buses to meet contract requirement will be responsibility of the contractor. The vehicles shall be in excellent operating condition at all times. The Vehicles shall be equipped with a 2-way communications system, flashlight, flares, reflective triangles, fire extinguisher, and a first aid kit. These accessories shall be in good working order at all times. These accessories are the responsibility of the contractor. In case of vehicle breakdown, contractor shall get another bus to restore services within 15 minutes after breakdown. Project Manager shall notify Project Officer immediately via electronic mail, phone call or cell phone as soon as they are informed that a vehicle is out of service. Contractor is responsible for all repairs to the vehicles. The contractor shall be fully insured with an insurance company licensed and qualified to do business in the State of Georgia. Insurance in the amount of at least $100,000 per person and $300,000 per occurrence for death or bodily injury and $50,000 per occurrence for property damage or loss shall be procured and maintained during the entire period of performance under this contract. The Project Manager shall obtain permits as required by the Georgia Public Service Commission, Compliance and Safety Division (404) 559-6605/6602) to operate passenger vehicles. Project Manager shall submit with proposal proof of insurance on each vehicle proposed to be used for this acquisition. The government reserves the right to inspect any vehicle provided hereunder prior to use under the contract. Project Manager shall make available these vehicles one (1) day after contract award. A site visit will be held by the Project Officer at contractor's site prior to contract award to verify that buses meet contract specifications. PERIOD OF PERFORMANCE: Period of performance shall begin on or about April 15th, 2002 and will continue through on or about December 31, 2002. The government exercises the right to extend period of performance for six (6) more months after period of performance ends. SITE VISIT: Site visit will be held March 13th at CDC, Clifton Road, please contact Yvonne M. Earls at yae2@cdc.gov or call 770-488-1992 for more information. QUANTITY: The quantity shown in the Bid Schedule represents the government's best estimate for these requirements. This is a Fixed Price Requirement. Bid schedule is available via e-mail at yae2@cdc.gov. VENDOR QUALIFICATIONS: It is required that the contractor submit not less than three (3) and no more than five (5) customer contacts. The government will conduct Past Performance Surveys. If contractor does not turn a list of customer contacts for Past Performance review the proposal may not be considered for award. QUALITY ASSURANCE SURVEILLANCE PLAN: This plan will be made part of this contract. The purpose of this plan is to evaluate contractor Performance. The Project Officer will evaluate performance on a quarterly basis and will issue a Contractor Performance Report (CPR). The contractor will be notified if there is any area that needs improvement. Contractor shall review and acknowledge the plan at time of contract award. Contractor is aware that all CPR's are part of the contract file and may be used for evaluation purposes on future requirements for this agency. QASP is available via e-mail at yae2@cdc.gov. PAYMENT TERMS: Payment will be made on a monthly basis; contractor shall submit invoices to the project Officer not later than five (5) days after the end of the performed month. Project Officer is responsible for preparing receiving reports and submitting the report to PGO for signature and approval. EVALUATION FACTORS AND INSTRUCTIONS TO OFFERORS: In order to provide all necessary information for a comprehensive technical evaluation and cost analysis, the offeror shall submit a proposal in three physically separate sections and detachable parts, titles and quantities are as follows: PART I Executed Request for Proposal Documents SF 1449, price schedule and certifications original plus 1 copy (forms are available via e-mail at yae2@cdc.gov) The best way to complete certification is to download the far clauses (Volume II) at http://www.arnet.gov/far print out the FAR Clause 52.212.3. Contractor technical proposal including all attachments shall not exceed 50 pages. PART II Technical Proposal original plus 3 copies, PART III Past Performance Information original plus 3 copies. In addition to the specific requirements of each part, the offeror shall provide any necessary narrative or supporting materials considered appropriate to allow the Government to fully understand the proposal. The offeror shall agree to hold proposed estimated costs firm for a minimum of sixty (60) calendar days after the date specified for receipt of offers. Written proposals and past performance materials will receive an initial screening to ensure completeness and compliance with minimum solicitation requirements. Submissions failing to meet stated minimums may not warrant further consideration by the Government as prescribed by evaluation criteria set forth in Basis of Award. PREPARATION OF PROPOSAL PARTS: PART I, The Executed Request for Proposal Documents. Part I shall contain the signed original of all documents requiring signature of the offeror and all representations and certifications required by the solicitation. Use of reproductions of signed originals is authorized in all remaining copies of the proposal. These documents include SF 1449, all applicable Amendments, Offer and Award Document, Representations, Certifications and Other Statements of Offerors. These documents shall be fully executed and returned in their entirety. Special attention should be taken to ensure completion of all representations and certifications and ensure that an authorized person signs the offer. Submit your request for these forms via e-mail to yae2@cdc.gov. PART II, Technical Proposal: Part II, Technical Proposal shall consist of a written part only. The contractors written technical will be evaluated on the following elements: Technical Approach: Specific resources that will be applied to the performance of all work included in the solicitation in the functional areas of vehicle maintenance, drivers training and qualifications and administration of company business. Technical approach shall identify, at a minimum, the organizational structure, and number of personnel performing the work in both organization management and functional areas. Organization management includes the planning; controlling and organizing necessary to optimize responsiveness, timeliness, efficiency and effectiveness of services rendered and encompasses the full scope of services to CDC as a customer. The proposal shall address, at a minimum, the management methods to be employed to recruit, retain and train qualified personnel, efficient utilization of personnel, work scheduling, monitoring, personnel problem resolution, communication and accessibility of the company's chain of command. Staffing/Resumes: Identify the company's Program Manager for this contract and submit resume. If proposed Program Manager is not currently employed by the offer, offeror shall submit a signed letter of commitment for proposed Program Manager. Explain the authority of the Project Manager enabling him to act independently and make important decisions. Quality control plan shall identify how the contractor will handle corrective actions, interface, and communication systems, specific inspection techniques, and documentation and reporting techniques. PART III, Past Performance Information. Contractor shall submit a list of not less than 3 and no more than 5 customer contacts. The list may include: (1) contracts and subcontracts completed during the past five years and/or contracts and subcontracts currently in progress that are for the same or similar type of services. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and/or commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for key personnel. Include the following information for each contract and subcontract: (a) Name of contracting activity (b) Contract number (c) Contract type (d) Total contract value (e) type work (f) Contracting Officer and telephone number (g) Program manager and telephone number (h) Administrative Contracting Officer, if different from (f) above, and telephone number (i) List of major subcontractors (2) The offeror should describe any quality awards or certifications that indicate the offeror possesses a high-quality process for developing and producing the services required. Such awards or certifications include, for example, the Malcolm Baldrige Quality Award, other government quality awards, and private sector awards or certifications. Describe the award or certification and when bestowed. (3) Each offeror will be evaluated on past performance under existing and prior contracts for same or similar services for the last 5 years. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. Offerors shall be given an opportunity to comment upon reports of negative past performance that harmfully affects the contractors past performance rating for which the file indicates no prior opportunity to comment. (4) The Government shall conduct Past Performance Surveys. BASIS OF AWARD: Subject to the provisions herein, award will be made to a single offeror based on the best overall value to the Government considering the evaluation factors stated below. No proposal will be accepted that does not contain the total amount of work specified in the solicitation. To be considered for an award, a proposal shall conform to all terms and conditions contained in the solicitation. Proposals, which are unrealistic in terms of resources or procedures or unrealistic in cost, will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements and may be grounds for rejection of the proposal. It should be carefully noted that award might be made without discussions; offerors are encouraged to submit their "Best Value" proposals with their original submission. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is in the public interest; make award to other than lowest cost offer; and waive informalities and minor irregularities in offers received. EVALUATION FACTORS: a. In selecting the offer most advantageous to the government, the following factors and assigned weights will be considered: (1) Technical (30%) Technical evaluation will be a combination of Government's pre-award site visit and contractors written proposal (2) Past Performance (70%) b. The Government is interested in proposals which offer the best value in relevant previous experience (past performance) in meeting the requirements of the statement of work and its' attachments; providing quality technical performance at a fair and reasonable cost. Technical & cost are of approximately equal value. PAST PERFORMANCE FACTOR: Past Performance will be evaluated utilizing ratings of: exceptional, very good, satisfactory, marginal and unsatisfactory. The following elements will be evaluated: quality of service, maintenance of vehicles, schedule compliance, cost controls, business relations and relevant prior experience. PAST PERFORMANCE ASSESSMENT: a. Assessment of the offeror's past performance is the major evaluation criterion evaluating the credibility of the offeror's proposal and relative capability to meet performance requirements. Information utilized will be obtained from the references listed in the proposal, past performance ratings received by mail from references submitted by contractor and from other customers known to the government; others who may have useful and relevant information may be contacted. Information will also be considered regarding any significant subcontractors, and key personnel records. b. Evaluation of past performance will include a determination of the offeror's commitment to customer satisfaction. c. Award may be made from the initial offers without discussions. However, if discussions are held offerors will be given an opportunity to address unfavorable reports of past performance if the offeror has not had a previous opportunity to review the rating. If an offeror, or the proposed employees for the offeror, do not have a past performance history relating to this solicitation, the offeror will be given a neutral rating. The Government will exercise discretion in the determination of whether past performance information furnished is or is not considered as relevant to the present requirement. In all cases of offerors from whom there is no information collected or otherwise furnished on past performance history, the neutral rating assigned may effectively view the offeror as an unknown performance risk. As an unknown performance risk, evaluators shall rate the offeror neither favorably nor unfavorably on the factor of past performance. However, competitors are advised that use of this neutral rating approach for offerors with no past performance history may properly cause the offeror to be considered less favorably than another with a favorable and relevant performance history. In any Best Value acquisition, it may be appropriate, to award to a higher cost offeror with a good performance record over a lower-cost, 'neutral rated' offeror with no relevant past performance history. SUBCONTRACTING: If contractor intends to subcontract part of this requirement, subcontractor is required to meet the same qualifications specified in Statement of Work and the past performance submission stated for the prime contractor. Subcontractor submissions must be submitted along with prime contractor's proposal at the time of proposal due date. Failure to submit required information will constitute a rejection of any subcontractor. CONTRACT CLAUSE: Offerors shall include a COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS with their proposal. The best way to complete this certification is to download the far clauses (Volume II) at http://www.arnet.gov/far print out the FAR Clause 52.212.3 & Alt I. Offeror Representations and Certifications, and fill in the appropriate blanks. This certification must be sent in with your proposal, prime contractor and any subcontractors needs to submit certification together. FAR PROVISION 52.212-4, Contract terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.212-1 Instructions to Offerors, FAR 52 212-2 Evaluation, FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements (4/84) and CDC.H019 Clause Security Clearance Requirements (7/99). Proposals are due on or before 2:00 PM, EST on March 29, 2002. Facsimile proposals will not be accepted. Proposals shall be mailed to: Center for Disease Control and Prevention; Branch A, Section 3 Attn: Yvonne M. Earls, 2920 Brandywine Rd, Room 3117 Mail Stop K-69, Atlanta, Georgia 30341. RFP number 2002-N-00370 shall be clearly marked on the envelope. If more information is needed please contact Yvonne M. Earls at 770-488-1992 or via e-mail at yae2@cdc.gov. Questions on this notice will be due to the government on March 13th at the CDC site visit. All responsible sources that can meet the above requirements may submit a proposal, which will be considered by the Agency.
 
Place of Performance
Address: Atlanta, GA
Zip Code: 30333
 
Record
SN00033811-W 20020302/020301082609 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.