Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

V -- Shuttle Services

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
F7414G43630100
 
Response Due
1/18/2005
 
Archive Date
2/2/2005
 
Small Business Set-Aside
Total Small Business
 
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 only solicitation; quotes are being requested and a written solicitation will not be issued. Quotations are being requested not later than 18 Jan 05, 3:30pm. Solicitation number F7414G43630100 is issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The solicitation is issued 100% small business set aside. The associated NAICS code is 485999 with a size standard of $6M. The resulting purchase order shall be firm-fixed-price. The contractor will provide the following: 15 buses in support of EAGLE FLAG Exercise from 3 February 2005 through 11 February 2005. The contractor will pick up passengers from Philadelphia International Airport (PHL) on 3-5 Feb 05 and transport them to building 5651 Fort Dix NJ. The drivers will need to park at the ?departures? side of terminal D. The passengers will be at the USO; their phone number is 215-365-8889. The passengers will need to be picked up on the following schedule: Two buses on Thursday, 3 Feb 05 one at 3pm and one at 6pm. One bus on Friday, 4 Feb 05 at 6pm. Two buses on Saturday, 5 Feb 05; one at 3pm and one at 6pm. USAF Expeditionary Operations School (USAF EOS) requires 10 buses at the end of the exercise, Friday 11 Feb 2005. The vendor will transport passengers from Lakehurst NAES to either McGuire AFB passenger terminal, Philadelphia International Airport or building 5651 Fort Dix NJ. The buses will be met at the Lakehurst NAES?s contractor gate at 8:45am by an USAF EOS representative. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, and DFARS 252.225-7002, 252.232-7003. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2005) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Jan 2005), with the quotation. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Deviation) (Jan 2004), FAR 52.219-1-Small Business Program Representations (May 2004) Alternate I, FAR 52.222-22-Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004 Alt A-Required Central Contractor Registration Alternate A (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jan 2004) (Deviation). It is incumbent upon all interested parties to review this site frequently for any updates/amendments to this RFQ. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR web site at Internet address. http://farsite.hill.af.mil/. Registration with the Central Contractor Registration (CCR) is mandatory in accordance with DFARS 252.204-7004 (Nov 2003). All potential offerors must obtain a DUNS number and register in the CCR in order to transact business with the government. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. Special Requirements: The contractor shall: a. The contractor shall provide proof of employee?s valid and driving record. b. The contractor shall maintain valid proof of insurance coverage and or insurance card. c. Contractor employees shall present a neat, clean, safe and professional appearance at all times. All employees must be able to read, write, speak, and understand English. d. Buses shall be in a clean and in a safe operating order in accordance with NJ State Law. Note: Buses are subject to government inspection. e. Buses must be of a smoke free environment. f. The bus carrier must be a DOD Approved carrier. Per the DOD policy, Defense Transportation Regulation DOD 4500.9R volume 1, chapter 104 Buses requires all DOD sponsored travel to use approved carriers, and they remain approved for the duration of the contract. To apply to be on the carrier list, go to www.sddc.army.mil click on passenger in the upper right hand corner, then on the left hand side click on bus carriers then bus carriers agreement, then get DOD approved. The military Bus Agreement can also be downloaded. PER THE MILITARY BUS AGREEMENT, BROKERING IS NOT AN ACCEPTABLE PRACTICE. NO BROKERS WILL BE CONSIDERED FOR AWARD. All responsible sources may submit a proposal, which will be considered by the agency. Submit signed and dated offer to: 305th Contracting Sq./LGCA, Attn: Paul G. Clay, 2402 Vandenberg Ave., McGuire AFB NJ 08641 not later than 3:30 P.M. Eastern Standard Time, 18 Jan 05. Responses/offers may be sent electronically (paul.clay@mcguire.af.mil), faxed (609) 754-4642,or by mail to the above address. All HubZone business concerns are encouraged to participate and submit a quote. Questions regarding this solicitation may be directed to Paul G. Clay at (609) 754-5919 between the hours of 7:15 AM and 4:00 PM eastern time and by email to paul.clay@mcguire.af.mil.
 
Place of Performance
Address: 2402 Vandenberg/McGuire AFB/NJ
Zip Code: 08641
Country: United States
 
Record
SN00732416-W 20050112/050110211905 (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.