Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

W -- Combined synopsis solicitation for rental of commercial coach type buses and driver for the Navy Public Works Center, San Diego, CA.

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405R0018
 
Response Due
1/28/2005
 
Archive Date
2/27/2020
 
Point of Contact
Carol Giles 619-532-2657 Carol Giles, email carol.giles@navy.mil
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(carol.giles@navy.mil)
 
Description
Solicitation N00244-05-R-0018 is issued under full and open competition. The applicable NAICS code is 485510. The small business size standard is $6,000,000. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 15 and 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The requirement is for a firm fixed price, requirements type contract with a base period and four option years for rental of coach type buses and driver for the Navy Public Works Center, San Diego, CA 92136-5294. The base period starts approximately January 31, 2005, through September 30, 2005. STATEMENT OF WORK Contractor shall provide coach type commercial bus with driver, capacity for 44 or more passengers, bus to be equipped with air conditioning, bathroom, video and microphone capabilities. Bus shall not be older than a 1996 model. Minimum use for one rental is 4 hours. Driver must be qualified and hold current California state license and endorsement. The Government reserves the right to inspect license at any time. Driver to remain with the bus at all times. Government will provide pick-up and drop-off locations and times on order. Contractors shall include 10% gratuity and NP PUC tax in price quoted. Duration of service is typically for one day but may extend beyond a one-day period. Buses provided for any single order vary from one to more than ten coach-type buses. Payment will be made with the Government Purchase Card. SECTION B SUPPLIES/SERVICES PRICES CLIN 0001 BASE PERIOD (FROM DATE OF AWARD THROUGH SEPTEMBER 30, 2005): 400 HOURS ESTIMATED AT $ PER HOUR TOTAL $ CLIN 1001 OPTION YEAR 1 (FROM OCTOBER 1, 2005 THROUGH SEPTEMBER 30, 2006): 600 HOURS ESTIMATED AT $ PER HOUR TOTAL $ CLIN 2001 OPTION YEAR 2 (FROM OCTOBER 1, 2006 THROUGH SEPTEMBER 30, 2007): 600 HOURS ESTIMATED AT $ PER HOUR TOTAL $ CLIN 3001 OPTION YEAR 3 (FROM OCTOBER 1, 2007 THROUGH SEPTEMBER 30, 2008): 600 HOURS ESTIMATED AT $ PER HOUR TOTAL $ CLIN 4001 OPTION YEAR 4 (FROM OCTOBER 1, 2008 THROUGH SEPTEMBER 30, 2009): 600 HOURS ESTIMATED AT $ PER HOUR TOTAL $ CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFAR provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions JUL 2004 FAR 52.204-7 Central Contractor Registration OCT 2003 FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUL 1995 FAR 52.211-8 Time of Delivery (JUN 1997) with (a) completed as follows: REQUIRED DELIVERY TIME Contractor is required to have bus (es) available if Government provides at least a 24 hours notification to the contractor. In the event the Government requires multiple buses on a 24 hour notification, contractor will provide multiple buses on an ?as available, best effort? basis. FAR 52.212-1 Instructions to Offerors ? Commercial Items JAN 2005 FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999) , with paragraph (a) completed as follows: (i)Technical capability. (ii) Price. (iii) Past performance. Technical capability represents the minimum criteria for an acceptable offer. Failure to meet this criteria will render the offer technically unacceptable and the offer will not be considered for award. Technical capability is determined by a contractor?s presence on the Military Surface Deployment & Distribution Command?s Approved Department of Defense Bus, Van & Limo Carriers list (reference web site: http://www.mtmc.army.mil/frontDoor/0,1865,OID=3--215-217--217,00.html). Ability to meet these requirements shall be demonstrated by the offeror?s submission of a signed offer which has not taken exception to these requirements. Offerors which take exception to these requirements will be determined to be unacceptable and not considered for award. For past performance, provide data on your two most recently com! pleted (not to exceed 3 years since completion) federal government contracts for similar services. If you do not have federal contracts, you may provide state, local or commercial contracts. Provide the contract number, date of contract, point of contact and telephone number. Information on past performance will be obtained from references as well as any other sources that may have relevant information. Award will be made to that responsible offeror who meets the above minimum requirements, demonstrates acceptable past performance and offers the lowest price. FAR 52.212-3 Offeror Representation and Certifications ? Commercial JAN 2005 Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial APR 2002 Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items OCT 2003 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JAN 2005), applies with the following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government?Alternate I (OCT 1995); FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.225-13 Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (OCT 2003); FAR 52.232-36 Payment by Thir! d Party (MAY 1999). FAR 52.216-18 Ordering (OCT 1995) applies with the paragraph (a) filled in ?Such orders may be issued from date of award through September 30, 2005.? FAR 52.216-19 Order Limitations (OCT 1995) applies. Paragraph (a) $300. Paragraph (b) (1) $10,000, (2) $25,000, and (3) 3 days. FAR 52.216-21 Requirements (OCT 1995) applies. Paragraph (f) is completed with October 30, 2005. FAR 52.217-5 Evaluation of Options JUL 1990 FAR 52.217-8 Option to extend services (Nov 1999) completed as follows: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of contract. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) applies with paragraph (a) completed as follows: The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration, and paragraph (c) completed as follows: five years and two months. FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement AUG 1996 FAR 52.232-17 Interest JUN 1996 FAR 52.232-18 Availability of Funds APR 1984 FAR 52.233-2 Service of Protest AUG 1996 FAR 52.242-13 Bankruptcy JUL 1995 FAR 52.246-2 Inspection of Supplies?Fixed Price AUG 1996 FAR 52.246-16 Responsibility for Supplies APR 1984 FAR 52.247-34 F.O.B. Destination NOV 1991 FAR 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 FAR 52.252-2 Clauses Incorporated by Reference FEB 1998 DFARS 252.204-7003 Control of Government Personnel Work Product APR 1992 DFARS 252.204-7004ALT A Required Central Contractor Registration NOV 2003 DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country MAR 1998 DFARS 252.212-7000 Offeror Representation and Certifications ? Commercial Items NOV 1995 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2004) applies with the following clauses applicable for paragraph (a): FAR 52.203-3 Gratuities (APR 1984), and the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program (APR 2003); and DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002); DFARS 252.247-7024 Notification of Transportation of supplies By Sea (MAR 2000); DFARS 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). DFARS 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card JUL 2000 DFARS 252.243-7001 Pricing of Contract Modifications DEC 1991 Contact the Contract Specialist for the full text of Local Clauses at carol.giles@navy.mil. Local Clause G-114 Designation of Ordering Activity Local Clause L-331 Review of agency protests Local Clause L-332 Unit prices Local Clause L-333 Contractor operated cranes Local Clause G-400 Ordering Process ORDERING PROCESS Oral orders will be placed under this IDTC (Requirements) contract providing the following provisions are complied with: 1) No single oral order shall exceed $10,000; 2) The contractor shall provide a consolidated written confirmation of all oral orders on a monthly basis. The written confirmation shall be provided to the Ordering Officer not later than the 7th calendar day following the month in which the oral order was issued; 3) The contractor shall use the Excel spreadsheet (provided as attachment 1) as written confirmation of the oral orders; 4) At the time an Oral Order is issued, the Government Ordering Officer will provide the Contractor with a government-wide purchase card number; 5) The Contractor shall not add any fee charged by the merchant to the price of the item(s). 6) Any supplies and services to be furnished under this contract shall be ordered by issuance of oral orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 30 September 2005. 7) All oral orders are subject to the terms and conditions of this contract. In the event of conflict between an oral order and this contract, the contract shall control. 8) PAYMENT WILL BE MADE BY GOVERNMENT PURCHASE CARD in accordance with the clause entitled Payment by Third Party, FAR52.232-36 (May 1999). Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 (ALT. 1) Offeror Representation and Certifications ? Commercial Items DFAR 252.212-7000 Offeror Representation and Certifications ? Commercial Items The items listed above can be obtained from the Contract Specialist by email request. All responsible offerors are to submit current pricing, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number, and contractor?s complete mailing and remittance addresses. Also required are copies of applicable commercially published price lists pertaining to the contractor?s services that meet the specifications, along with applicable government discounts. Proposals, including pricing, must be received no later than 3:00 PM PST, January 28, 2005. Potential offerors must monitor this web site for potential changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this web site. This information may be faxed to 619-532-2347, attn: Carol Giles, or email to carol.giles@navy.mil. If this information is faxed, call (or email) Ms. Giles at 619-532-2657 to notify that fax was sent. Lack of registration in the Central Contractor Registration (CCR) database will make an offeror ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://www.ccr.gov for more information.
 
Web Link
The RFP and any amendments are available at this web link
(http://www.neco.navy.mil)
 
Record
SN00738473-W 20050123/050121212517 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.