Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2005 FBO #1291
SOLICITATION NOTICE

W -- Field Trip Transportation Services

Notice Date
6/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-30455595924905
 
Response Due
6/14/2005
 
Archive Date
6/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Subpart 12.6, and supplemented with additional information. This announcement constitutes the only solicitation, Request for Quotes (RFQ) for a Blanket Purchase Agreement (BPA) is being requested, and a written solicitation will not be issued. This is a 100% Set-Aside for Small Business. The NAICS code is 485410 and the small business size standard is $6,000,000.00. Delivery shall be FOB Destination to Andrews AFB, MD. The government will award a BPA to start 17 June 2005 and end on 30 October 2007 to a responsible contractor whose proposal represents the lowest priced-technically acceptable offer for Andrews AFB youth program's transportation requirements for field trips. The contractor shall be a licensed transportation organization that shall provide round-trip transportation for Andrews AFB youth program's field trips, primarily occurring during the summer months. Most of the field trips will originate from Andrews AFB Youth Center, Summerfield Youth Center in Landover, MD, and Andrews AFB Child Development Centers 1, 2, and 3. A majority of the trips will be to area attractions such as zoos, pool locations, museums, science centers, the White House, skate centers, pizza eateries, rafting areas, Six Flags, and King's Dominion. The amount of youth and adults on each trip may be in the range from 30 - 300. The amount of trips is contingent on availability of funding. Responses to this Request For Quote (RFQ) must be received no later than 13 June 2005, 17:00 hrs (5:00 pm), Eastern Standard Time. Delivery and finance addresses will be furnished upon award. All other applicable clauses will be incorporated into the BPA. The following provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.212-1, instruction to offerors commercial items; 52.212-2, evaluation of offers/commercial items; 52.212-3, offeror representations and certifications--commercial items; 52.212-4, contract terms and conditions-commercial items, and 52.212-5, contract terms and conditions required to implement statutes or executive orders--commercial items, 52.225-3, Buy American Act, 52.232-36 Payment by Third Party, and 5352.242-9000 Contractor Access to Air Force Installations. All prospective offerors submitting a quote must have a commercial and government entity code (CAGE code), be registered with the Central Contractor Registration (CCR), and submit a copy of their on-line Representations and Certifications. The registration can be completed through the following website: https://www.bpn.gov/CCR/scripts/index.html. All inquiries and concerns must be addressed in writing and faxed or emailed. Fax quotes as outlined in the attached solicitation (WORD document) to (301) 981-1914. No collect calls will be accepted and telephone requests will not be honored. For questions, contact Ms Watts at (301) 981-2306. INFORMATION SHEET 1. Delivery Estimate ___________________ days _____ FOB Destination (Vendor pays to destination) _____ FOB Origin (Government pays from shipping point) Estimate cost $ _________________________ Origin city/ state ________________________ Carrier Name __________________________ 2. Business Size (in accordance with Federal Govt. Standards) Small _____ Large _____ Women-Owned _____ Disadvantaged _____ 3. Prompt Payment Terms ______%______ days Net ______ 4. CAGE (Commercial & Govt. Entity) No. __ __ __ __ __ DUNS (Dunn & Bradstreet) No. __ __ __ __ __ __ __ __ __ Federal Tax ID No. __________________________ 5. Company Name & Mailing Remit To Address (as it appears Address for Ordering on Invoice) ______________________________ ______________________________ ______________________________ ______________________________ ______________________________ ______________________________ Phone ( ) __________________ Phone ( ) _______________ Fax ( ) __________________ Fax ( ) _______________ 6. Vendor Representative (full name) __________________________________________ Phone ( ) _________________ Fax ( ) _________________ Note: Pricing on American manufactured items is preferred. If an American manufactured item/s is not available, provide make, model of the foreign manufactured item/s, and country of origin. If pricing is of an ?equal? brand, provide specifications, make and model of item/s. Supplies and Services Offerors shall provide prices for services in the Performance Work Statement (PWS) using the attached worksheet. Historically, the destinations listed have been taken. However, the amount of trips and locations may increase or decrease due to availability of funds. The prices listed on the attached worksheet will be used as the price list for the Blanket Purchase Agreement. The prices to the Government shall be as low or lower than those charged the supplier?s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. Prices shall remain applicable for a minimum of one year. You shall provide 30 days notice before any subsequent price changes. Amount of Departs Andrews AFB, MD Customers Cost Per Bus Total Cost Swimming, AAFB 78 Port Discovery, Baltimore 156 Smithsonian, DC 78 National Zoo, DC 156 Bowling, AAFB 78 Bohrer Water Park, Gaithersburg 78 Puppet Show DC 78 Swimming, AAFB 157 National Wildlife Zoo, Thurmont 78 Aquarium, DC 78 Maryland Science Center, Baltimore 156 Family Mine Swim Hole, Reston 156 Luray Caverns 60 Swimming, AAFB 60 Bowling AAFB 60 Skate Zone, Crofton 60 King's Dominion 60 Volunteer Day, AAFB 60 Six Flags, Largo 60 Sea World, Williamsburg 60 Rafting, Minden, W. VA 60 Ann Arundel Mall, Arundel 60 Splash Down, Manassas 60 Watkins Park, Largo 82 National Aquarium, DC 82 Puppet Theatre, Glen Echo 82 Watkins Park, Largo 117 National Aquarium, DC 117 Swimming, AAFB 46 Swimming, AAFB 69 Watkins Park, Largo 69 National Aquarium, DC 69 Movie Day, AAFB 34 Base Lake, AAFB 69 Bowling, AAFB 69 Movie Day, AAFB 69 Departs Summerfield Youth Center, Landover MD BBQ, SFYC 66 Swimming, Largo 33 National Zoo, DC 67 Bowling, AAFB 33 Spy Museum, DC 33 Splashdown, Manassas 67 Maryland Science Center, Baltimore 67 Discovery Theatre, DC 67 Art Museum, DC 33 National Aquarium, DC 33 Chuck E. Cheese, Largo 33 Skate Zone, Crofton 33 Cameron Run, North VA 67 Aquarium, Baltimore 33 Magic Theatres, Largo 33 Port Discovery, Baltimore 67 Six Flags, Largo 33 King's Dominion, Richmond 33 Description of Agreement 1. Description of Agreement. a. The Contractor shall furnish services in accordance with the Performance Work Statement, if and when requested by the Contracting Officer or his authorized representative during the period specified in the clauses below entitled ?Effective Period.? Purchases (which may be referred to as calls) made hereunder may be written or oral. The purchases shall reference this agreement. Such calls shall include a description of the services being ordered; prices therefore; delivery schedule; FOB point; place of inspection and acceptance; designation of appropriate chargeable together with such other specified covered elsewhere herein. b. Services will be identified on individual purchases issued in accordance with paragraph (a) above. Services purchased under this agreement shall be limited to rental of transportation. 2. Extent of Obligation: The Government is obligated only to the extent of authorized calls actually placed against this Blanket Purchase Agreement. 3. Pricing: The prices to the Government shall be as low or lower than those charged the supplier?s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. Prices shall remain applicable for a minimum of one year. You shall provide 30 days notice before any subsequent price changes. 4. Call Limitation: No individual call under this agreement shall exceed $5,000. 5. Notice of Individuals Authorized to Place Calls and Dollar Limitations: A list of names of individuals authorized to place calls under this agreement, identified by organizational component, and the dollar limitation per call for each individual shall be furnished the supplier by the Contracting Officer. 6. Delivery Tickets: All calls under this agreement shall be accompanied by a delivery ticket or sales slip, which shall contain the following minimum information: a. Name of Supplier b. Blanket Purchase Agreement number c. Date of Purchase (Call) d. Itemized List of Services Furnished e. Quantity, unit price, extension of each item, less applicable discounts (unit price and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information, and f. Date of delivery 7. Invoices: a. A summary invoice shall be submitted at least monthly or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all services made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and support by receipted copies of the delivery tickets. b. All invoices shall be submitted to the individual placing the call who will then coordinate with the AF and NAF GPC payment officials for payment amounts. c. Payment will be made by Government Travel Card or International Merchant Purchase Authorization Card (IMPAC) 8. Effective Period: This Blanket Purchase Agreement is effective from date of award to 30 October 2007. PERFORMANCE WORK STATEMENT (PWS) FOR YOUTH TRANSPORTATION SERVICES ON ANDREWS AFB MD 3 JUNE 2005 1. DESCRIPTION OF SERVICES: The contractor shall be a licensed transportation organization that shall provide safe, responsive, and efficient round-trip transportation services for Andrews AFB youth program's field trips, primarily during the summer months. The Contractor shall provide all personnel, services, and equipment necessary to perform transportation services for Andrews AFB youth programs. 1.1. Field Trip Locations. Most of the field trips originate from Andrews AFB Youth Center, Summerfield Youth Center in Landover, MD, and Andrews AFB Child Development Centers 1, 2, and 3. A majority of the trips are to area attractions such as zoos, pool locations, museums, science centers, White House, skate centers, pizza eateries, rafting areas, Six Flags, and King's Dominion. The amount of youth and adults on each trip can range from 30 - 250. 1.2. Amount of Trips. The amount of trips shall be contingent on availability of funding. Funding shall be from Appropriated Funds for educational trips and Non-Appropriated funds for recreational trips. Coordination shall be made between the contractor's representative and the contractor on weekly schedules. 1.2. VEHICLE REQUIREMENTS. 1.2.1. Contractor shall provide appropriate amount of school type buses with an approximate 50-seat capacity equipped with a two-way radio or cell phone. Contractor shall ensure that at least one handicap accessible bus is available. 1.2.2. Contractor shall ensure all buses utilized by the contractor meet state of Maryland Motor Vehicle Safety Standards for transporting school children. Identification of incomplete requirements shall be noted in the past performance surveys. 1.2.2.1. Licensed drivers with background checks 1.2.2.2. Current Certificate of Insurance that meets state and county requirements 1.2.2.3. Current Public Service Certifications 1.2.3. Contractor shall provide all buses with a first aid kit and a fire extinguisher. 1.3. SAFETY PROCEDURES. 1.3.1. The contractor must comply with all Federal, State, and local laws, statutes, regulations, and industry safety standards. 1.3.2. Drivers shall ensure proper safety measures to effect reliable and safe transportation in accordance with the contractor's service delivery summary (Paragraph 9). Failure to meet standards of random safety inspections by the contractor's representative will result in a non-performance notification to the contractor and shall be resolved prior to continuance of service. 1.4. DATE AND TIME SERVICE REQUIRED. Contractor shall ensure appropriate amount of buses are in position at designated locations (Andrews Air Force Base Youth Center, Summerfield Youth Center, Child Development Center 1, 2, or 3) and at the field trip locations at least 15 minutes prior to departure. Complaints of unsatisfactory performance shall be referred to the contractor's representative to rectify contractor performance. 1.5. MANAGEMENT AND STAFF PERSONNEL 1.5.1. Contractor shall be responsible for ensuring bus drivers comply with military instructions provided in DFARS 5352.242-9000 and 89 CONS-007, Contractor Access to Air Force Installations. 1.5.2. Drivers shall be familiar with field trip locations to effect safe and timely travel of direct routes to and from designated locations. Knowledge shall be familiarity with tri-state routes to tourist attraction sites. 1.5.3. Contractor shall develop a system to ensure bus operators comply with state and local laws for licensure. Identification of incomplete requirements shall be noted in the past performance surveys. 1.5.4. Contractor shall provide courteous services and present a professional appearance. Complaints of unsatisfactory performance shall be referred to the contractor's representative to rectify contractor performance. 1.5.5. Contractor shall advise drivers to smoke in only designated areas. 1.5.6. Contractor shall ensure drivers are drug and alcohol-free while transporting children. 1.6. MAINTENANCE AND FUEL REQUIREMENTS. 1.6.1. Contractor shall provide maintenance, towing, and stand by maintenance personnel for contracted buses. 1.6.2. Contractor shall provide all fuel necessary to operate buses. 1.6.3. Contractor shall provide replacement buses in a timely manner in case of bus break downs during field trips. Timely manner shall be determined as usual time of travel to location plus 30 minutes. 2. SERVICE DELIVERY SUMMARY Performance Objective PWS Reference Performance Threshold Compliance with state and local requirements for youth transportation services 1.2 Meet requirements all the time. Timely transportation Services 1.4 Buses and drivers should be at designated locations at least 15 minutes prior to designated show time. Provide reliable and safe transportation 1.3, 1.4 Interference of trip due to unsafe or unreliable transportation allowed only once per quarter. Availability of appropriate amount of buses per trip 1.4 No more than one error per quarter. Provide courteous service and present a professional appearance 1.5 No more than 2 complaints per month allowed. 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1. Emergency Procedures. In the event of an emergency, the contractor shall immediately contact the manager on duty at Andrews AFB regarding the emergency. The list of managers on duty and their phone numbers shall be provided to the drivers. 4. GENERAL INFORMATION 4.1. Quality Control. Contractor shall develop and maintain a quality program to ensure safe, reliable, and timely transportation services are provided. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 9, Service Delivery Summary. The procedures shall include a daily vehicle inspection checklist. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 4.2. Quality Assurance. The government shall periodically evaluate the contractor's performance by the Contractor Office Representative to monitor performance. This shall be done through random inspections on a weekly basis of the contractor's quality control program and customer complaint logs. The government shall receive and investigate complaints. The government representative shall make final determinations. Please call Ms Watts at (301) 981-2306 for questions or a Word document.
 
Place of Performance
Address: Andrews AFB Youth Center, Andrews AFB MD
Zip Code: 20762
Country: U.S.
 
Record
SN00824084-W 20050609/050607211929 (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.