Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

V -- Shuttle Bus Service - Wash, DC Metro Area

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of Housing and Urban Development, Office of Procurements and Contracts, Program Support Division, ACCS, 451 Seventh Street, SW Room 5256, Washington, DC, 20410
 
ZIP Code
20410
 
Solicitation Number
R-OPC-22878
 
Response Due
6/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Description: (1) This is a combined synopsis/solicitation for commercial items prepared in accordance in FAR 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. (2) The solicitation number is R-OPC-22878. The solicitation is issued as a Request for Quotation (RFQ). (3) This solicitation is a 100% small business set aside. (4) The NAICS Code is 485999. The small business size standard is $6Million. This is a Firm Fixed Price (FFP) contract for one (1) twelve (12) month base year and four (4) twelve-month option periods. The Contract Line Item Numbers are: 0001 Shuttle Bus Services (SBS) Base Year, and 0002 Additional Services (AS) Base Year; 1001 (SBS) Option Year 1; 1002 (AS) Option Year 1; 2001 (SBS) Option Year 2; 2002 (AS) Option Year 2; 3001 (SBS) Option Year 3; 3002 (AS) Option Year 3; and 4001 (SBS) Option Year 4; 4002 (AS) Option Year 4. Shuttle Bus Services price are to be provided on a fixed monthly fee. Additional Services price are to be provided at a fully burdened hourly rate. The U.S. Department of Housing and Urban Development (HUD) is seeking the services, with a an anticipated start date of October 01, 2005, of a contractor to provide safe, convenient, and reliable transportation for its employees who travel between the Robert C. Weaver Building, HUD Headquarters, at 451 7th Street, S.W., Washington, DC; the Potomac Center, at 550 12th Street, S.W., and the Portals Building, at 1250 Maryland Avenue, S.W., Pick-up and drop-off will be made at the north parking lot of the Weaver Building, D Street; at 550 12th Street in front of the Potomac Center; and at the 1250 Maryland Avenue entrance at the Portals Building. All locations are in Washington, D.C. (5) VEHICLE REQUIREMENTS: The contractor shall furnish a 19 + passenger bus, with factory-installed air conditioning and heat, suitable for transporting HUD employees in accordance with the task requirements. The vehicle must offer passengers easy access to seats and must be handicapped accessible. Seat belts must be available for all passengers. The vehicle must be three (3) years old or less with no more than 30,000 miles, at time of award. The vehicle shall be re-inspected prior to exercise of each option period by Government Technical Representative (GTR)/Government Technical Monitor (GTM). The shuttle must be free of obvious flaws, kept clean, and in good mechanical condition. A valid sticker certifying to vehicle inspection by the Department of Motor Vehicles in the jurisdiction where the shuttle bus is registered must be displayed at all times. The current registration must be in vehicle at all times. The vehicle must be fueled and maintained at all times, at the owner's expense. In the event of a breakdown, a replacement shuttle bus must be dispatched and arrive at the pick-up site within one (1) hour. If a replacement vehicle is required, the replacement vehicle must conform to the requirements of this contract and HUD will not incur any additional costs. The GTR/ GTM must be notified immediately of any incident that would interrupt the schedule. The shuttle bus must be equipped with a CB radio, cellular telephone or other communication device to enable driver(s), project manager, and the GTR/GTM to communicate with one another. The shuttle must be non-smoking, with obvious signs posted. The vehicle must have a sign posted in the front window identifying it as HUD's shuttle bus. The sign must be a least 11 x 8 ?, and positioned so as not to obstruct the driver's view. The vehicle shall have the company logo on the outside of the bus. The vehicle must have a sign (minimum size 8 ?" x 11") posted at the front entrance of the bus, indicating that all passengers must sign the sign-in log. The vehicle shall have a sign (minimum size 1 ?" x 19") posted "Driver" with a slot to insert the current driver's name. The vehicle shall be equipped with a clock, which can be easily read by passengers, set to the accurate Eastern Standard Time, and mounted in a highly visible position in the front of the bus. Departure times will be based on this clock. (5) CONTRACTOR PERSONNEL: The contractor shall designate a project manager, whose name, business address, telephone numbers (work and after-hours numbers are available 24 hours a day for emergency purposes), and fax number must be provided to the GTR or GTM. The project manager shall have full authority to act for the contractor concerning all contract matters relating to daily shuttle bus operations. The project manager must be available during regular business hours to discuss operational problems as the needs arise. The project manager must be able to read, write, speak, and understand English fluently. The shuttle bus driver(s) must possess the necessary skills and qualifications to satisfactorily perform the requirements of this contract. Drivers must possess a valid driver's permit issued by the District of Columbia or a state that is party to the Driver's License Compact. Must have a minimum of five (5) years experience in providing driver services in the Washington Metropolitan area. Must be thoroughly familiar with Washington DC addresses and road system. Driving record must be clear of moving violation (Speeding tickets, Failing to signal, Improper turning, Red light violations, Reckless driving etc.) within the past four (4) years. Must be knowledgeable of the roadways and traffic conditions along the bus route, including alternate routes to be used when traffic congestion, road repairs, traffic accidents or other safety considerations necessitate deviations from the normal route. Must obey all local traffic laws and regulations. HUD will not reimburse contractor for traffic law violations. The shuttle bus driver(s) shall be appropriately dressed with dark trousers (black, brown, or blue) and a white dress shirt. Dress jacket may be worn. Use of a necktie is preferred but not required. Shorts and sports attire are not acceptable. In accordance with U.S. Department of Transportation regulations contained in Title 49, Code of Federal Regulations, subpart E, all shuttle bus drivers must be physically qualified to drive a commercial motor vehicle and, at all times, must carry the original or a copy of a medical physician's certificate of fitness on his or her person. Must be drug-free. Must possess and maintain a valid commercial motor vehicle operator's permit issued by his or her legal jurisdiction of residence, permitting the operation of motor vehicles transporting personnel, and obtain and maintain an accident-free driving record. The GTR may request the contractor to remove a driver from performing under this contract if the driver generates a sufficient number of complaints from the passengers, is observed displaying unsafe driving habits, or if the driver is at fault in serious accidents. Shuttle bus drivers must be able to read, write, and speak English fluently. Must possess a police clearance from his or her legal jurisdiction of residence. Drivers shall be required to submit to a personnel clearance by the Federal Protective Service. (6) PERMITS AND LICENSES: The contractor, at his/her own expense, shall obtain and maintain the necessary permits, franchises, licenses, or authorization and certifications required for lawfully performing services under this contract. All contractor personnel engaged in the performance under this contract shall be required to possess certificates of training, licenses and permits as required by the state, county, city, or other local jurisdiction. The contractor shall make available to the GTR documentation of the certificates, training, licenses and permits not later than ten (10) days after award of contract, and shall provide the required documentation for all new employees after contract start no later than five (5) days prior to the employees' start. The contractor shall insure that all certificates of training, licenses and permits are kept current and valid. (7) HOURS OF OPERATION: The contractor shall operate a shuttle bus service according to the schedule. The shuttle bus shall run 37 trips daily, at 20-minute intervals, beginning at 5:40 a.m. and ending at 6:40 p.m. The first trip shall depart HUD at 5:40 a.m. and the last trip shall depart the Portals Building at 6:35 p.m. There will be a 30-minute lunch break between 12:05 p.m. and 12:35 p.m. In the event of inclement weather, the GTR shall determine when shuttle service will be discontinued. (8) QUALITY CONTROL PLAN: The contractor shall establish an inspection system quality control plan covering all service to be performed under this contract. A final quality control plan shall be provided to the GTR or designee for approval within 10 days after contract award. The GTR/GTM will monitor the contractor's performance to insure satisfactory performance. The monitoring of contractor performance will be conducted through passengers' feedback and unannounced spot-checks at least four (4) times monthly. All performance issues will be discussed with the contractor for resolution and/or corrective action, if necessary. (9) INSURANCE REQUIREMENTS: The contractor shall obtain and maintain the necessary motor vehicle insurance which shall include general liability, comprehensive, collision, no fault, medical payments, physical damage, bodily injury, death, dismemberment and loss of sight, uninsured motorist, and property damage as required by the state or local jurisdiction in which the contractor resides. The contractor shall provide a GTR/GTM a copy of his/her liability insurance papers. (10) SAVE HARMLESS AND INDEMNITY AGREEMENT: The contractor shall save harmless and provide indemnity for the government against any and all liability, claims and costs of whatever kind and nature for injury to or death of any person or persons and for loss or damage to any property (government or otherwise) occurring in connection with the contract, resulting in whole or in part from any acts, negligent acts, or omissions of the contractor or the subcontractor, or any employee, agent, or representative of the contractor or subcontractor. (11) ADDITIONAL SERVICES REQUIREMENTS: The contractor may be required to provide additional services during the course of the contract. Additional services that may be needed include a contract driver to augment the motor pool driving staff during periods of high demand for motor pool services (i.e., annual Senate hearings and other major events); as a replacement for a HUD staff driver while on annual or sick leave; or as a replacement for a HUD staff driver serving as dispatcher. This task is for a driver only. Vehicles will be provided by HUD. Contract driver shall be a professional driver and possess all necessary licenses to drive, and have a thorough knowledge of the Washington Metropolitan area. Must have a minimum of five (5) years experience in providing driver services in the Washington Metropolitan Area. Contract driver will be neatly dressed in a conservative business suit or sport jacket, with dress slacks, dress shirt, conservative tie, and polished dress shoes. The HUD Motor Pool is a service provided to certain high-ranking HUD officials who require transportation services for official business. Response to all requests for motor pool services must display an attention to customer service. Contract driver will handle all requests for motor pool services in a polite, professional manner. Motor Pool hours of service are from 7:00 am to 6:00 pm, Monday through Friday. Contract Driver may be required to work at any time during those operating hours, and may occasionally be required to work outside of these hours. Contractor shall provide driver within 2 hours of notification of need for services from HUD Motor Pool Dispatcher. (12) ADDITIONAL REQUIREMENTS: Shuttle bus driver(s) must require all passengers, prior to boarding, to produce a valid HUD-issued photo/proximity card, HUD temporary paper ID card, or HUD visitors ID. When seating room is available on the shuttle bus, non-HUD government employees may ride between the Weaver Building, Potomac Center, and the Portals Building. At the time of boarding, HUD employees are entitled to first rights to ride the shuttle bus. If overcrowding occurs during boarding, non-HUD employees will be required to wait for the next available shuttle bus. All riders must show their ID and sign the Log Sheet. Shuttle bus drivers must wait at least five (5) minutes at each stop, with the exception of the Potomac Center. Passengers will only be picked up and dropped off at scheduled stops. The contractor shall comply with applicable Federal and local fire and safety regulations. Any bus used in connection with this contract must be equipped with a first aid kit and fire extinguisher. Each employee of the contractor shall be a U.S. citizen or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-51. The contractor shall submit the Daily Log Sheet to the GTM in person, or by Facsimile, (202) 401-1360, at the beginning of the next business day. The contractor shall submit the Monthly Summary Report to the GTM in person, or by facsimile, ((202) 401-1360), by the 5th of each proceeding month. The contractor's monthly-submitted invoice shall include the contract number, month, day, and total cost for the month. (13) PERFORMANCE REQUIREMENT SUMMARY: The Department will deduct a flat fee of seventy-five dollars ($75) for each missed run off the Contractor's monthly invoice charge. A run consists of travel from the Robert C. Weaver HUD Headquarters (HHQ) Building, to the Potomac Center, to the Portals building, and then back to the HUD HHQ's building. Any stop missed on the run constitutes a missed run and the flat fee deduction of seventy-five dollars ($75) will apply. The contractor must be prepared to promptly provide a qualified back-up bus driver within one (1) hour in the event of illness or other emergencies involving the regular driver. (14) CLAUSES: 52.232.18, Subject to Availability of Funds, The provision at 52.212-1, Instructions to Offerors-Commercial (Jan 2005), applies to this acquisition. (15) A single award will be based on price and past performance in accordance with the provision at 52.212-2 Evaluation -Commercial Items (Jan 2005); Factor 1: Prior Experience, Past Performance and References; Factor 2: Contractor Personnel Qualifications; and Factor 3: Contractor Vehicle Requirements. The method for this RFQ will be the "Lowest-Priced Technically Acceptable Proposal" approach. Factors will be ranked on a "Pass-Fail" basis only. A proposal must receive a "pass" rating on all factors and sub-factors to be determined technically acceptable and be eligible for further consideration for award. Award will be made to the lowest priced proposal in the "pass" grouping. (16) Online Representation & Certifications must be completed in accordance with 52.212-3,Offeror Representations and Certifications-Commercial Items (Jan 2005), (17) Clause at 52.212.4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition. (18) Clause at 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005), applies to this acquisition with the following FAR clauses incorporated by reference under this Clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.219-8, Utilization of Small Business Concerns, 52.222-3 Convict Labor (June 2003), 52,222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (April 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), 52.222.37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52,222-41 Service Contract Act of 1965, as Amended (May 1989) the following Wage Determination (WT) is applicable WT No. 1994-2104, Revision (RV) No. 24, Date of RV. 03/10/2005, 52.228.5, Insurance-Work on a Government Installation (Jan 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), HUDAR 2452.237-77 Observance of Legal Holidays and Administrative Leave (Oct 1999), HUDAR 2452.237-75 Clearance of Contractor Personnel (Oct 1999), (19) The full text of all clauses and provisions are available electronically in the Federal Acquisition Regulations at http://www.arnet.gov/far. (20) INSTRUCTION TO OFFERORS: Factor 1: Past Performance and References. Please provide Point of Contact (POC), Contract number, and dollar value on all commercial and government contracts for the past three (3) years. Factor 2: Contractor Personnel Qualifications. Please submit information and documentation in accordance with the SOW. Factor 3: Contractor Vehicle Requirements: Please submit vehicle requirements in accordance with the SOW. (21) QUOTATIONS: Quotations are due Tuesday June 21, 2005 by 10:00AM Eastern Standard Time. Submit your quotations in three (3) hard copies to the attention of Contract Specialist, Tabitha McLeod at the U.S. Department Of Housing & Urban Development, Office of the Chief Procurement Officer, 451 7th St. SW, Washington, DC 20410. (22) RFQ: The RFQ will be released electronically. No hard copies will be mailed. Written, faxed, or telephone requests for the solicitation will NOT be accepted. The solicitation and any amendments, updates, questions and answers, and changes to the posted information will be available at the following websites: FEDBIZOPPS:http://www.fedbizopps.gov/, and the HUD Current Contracting Opportunities Website: http://www.hud.gov/offices/cpo/contract.cfm.
 
Place of Performance
Address: Washington, D.C. Metro Area
 
Record
SN00823262-W 20050608/050606211757 (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.