Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOLICITATION NOTICE

V -- Adams National Historical Park Trolley Service

Notice Date
2/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NER - Contracting Office/Boston National Park Service Northeast Regional Office, 15 State Street Boston MA 02109
 
ZIP Code
02109
 
Solicitation Number
N1710070160
 
Response Due
4/3/2007
 
Archive Date
2/2/2008
 
Small Business Set-Aside
N/A
 
Description
This solicitation will be available at http://ideasec.nbc.gov on or about March 3, 2007, with a receipt of bids date of approximately 30 days following issuance. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Description: Trolley Service, Adams National Historical Park, Solicitation Number N1710070160. The NAICS code for this project is 485113, with a small business size standard of $6.0 million. The Service Contract Act applies. This procurement is an Invitation for Bid (IFB) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 14, Contracting by Sealed Bid. Adams National Historical Park, in the City of Quincy, Massachusetts, in a unit of the National Park Service (NPS). Located 10 miles south of Boston, the site received approximately 227,911 visitors in 2006, and anticipates increased visitation in the future. The Adams NHP resources are located at four different sites within the City of Quincy, all within a loop of three miles. The Visitor Center at 1250 Hancock Street, the Adams' Birthplaces at 133-141 Franklin Street, the Old House at 135 Adams Street, and the United First Parish Church at 1306 Hancock Street. The trolley service described by this Scope of Work is intended to alleviate traffic and parking congestion in downtown Quincy while providing free, continuous public transportation between the Adams NHP Visitor Center and the other park sites. The Government-owned vehicles to be used consist of three, all-weather, diesel-operated, wheelchair-accessible American Heritage Streetcars, manufactured by Optima Bus Corporation (formerly Chance Coach). The contractor shall furnish all vehicle operators, supervision, insurance, fuel, maintenance, equipment and parts, storage facilities, and mechanical expertise, and shall do all things necessary to provide for the year-round, safe, timely, professional, and reliable operation and maintenance of the trolleys, including all safety, security, and environmental regulations. The trolley service will operate seven days a week, including Federal Holidays, during the period of April 19th through November 11th from 9:10 am to 5:10 pm. During the entire performance period, the trolleys shall be stored by the contractor. During the season and the off-season, the trolleys shall be operated at the request of the National Park Service for special events and programs. The contractor agrees to operate and maintain the trolley service in full compliance with the safety and inspection requirements of the Massachusetts Department of Telecommunications and Energy (DTE) and all other rules and regulations of DTE relating to The Operation of Motor Vehicles for the Carriage of Passengers for Hire. The Contractor must designate a Service Coordinator, who will act at the contractor's primary representative. The National Park Service anticipates entering into a firm-fixed price indefinite quantity service contract as a result of this solicitation. The resulting contract shall consist of 1 Base Year and 4 Option Years, and will require the offeror to provide a daily and hourly charter rate for the operation of the trolleys at the request of the National Park Service for special events and programs. The offeror shall also provide daily rates for the following levels of service: 1) Operation of 1 trolley continuously with a 2 hour lunch relief that excludes deadhead time; 2) Operation of 2 trolleys continuously with a 2 hour lunch relief that excludes deadhead time; 3) Operation of 2 trolleys continuously with no lunch relief; 4) Operation of 3 trolleys continuously with no lunch relief. Unforeseen maintenance will be billed on a time and materials basis. There will be no economic price adjustment for fuel. The National Park Service reserves the right to modify the actual route and/or the stops during the duration of the contract with no change in compensation unless there is a change in the length of the service day. All responsible business sources may submit a bid, which if submitted in a timely manner, will be considered. When searching for this solicitation, vendors are asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, which is available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register by logging onto the Internet at http://ccr.gov. Firms must be registered at CCR in order to be considered for award. All relevant solicitation documents may be accessed for download from the Government-wide Electronic Posting System website (Fedbizopps) at http://www.eps.gov. Search by referencing the solicitation number (above), Department of the Interior, National Park Service. The Department of Interior's (DOI) National Business Center (NBC) website is http://ideasec.nbc.gov. Any amendments issued to the solicitation will be posted solely on that website. Prospective offerors are responsible for checking the website for amendments up to the date and time for receipt of bids. Prospective offerors who have questions must submit them via fax to (617) 223-5208, or in writing to: Contracting Officer, National Park Service, 15 State Street, Seventh Floor, Boston, Massachusetts 02109-3572. For further information, contact Simeon Berry at (617) 223-5219 or via email at Simeon_Berry@nps.gov. The Government is not responsible for any inability of the firm to access the posted documents. The office will not maintain an offeror's mailing list. No paper copies of the IFB and/or amendments will be mailed. Failure to respond to the electronically posted IFB and associated amendments prior to the date and time set for receipt of bids may render your bid nonresponsive and result in the rejection of same. It is the responsibility of all interested contractors to acknowledge ALL amendments to the solicitation. All hard copies of the solicitation and associated amendments must contain the manual signature of the authorized company official. FAR provision 52.212-2 does not apply in that the award will be made to the responsible offeror who submits the lowest price, for Base and all Option Years. Bids transmitted via facsimile will NOT be accepted. The government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. End of announcement.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2420763)
 
Place of Performance
Address: Adams National Historical Park 135 Adams Street Quincy, MA 02169-1749
Zip Code: 021693572
Country: US
 
Record
SN01225017-W 20070204/070202221642 (fbodaily.com)
 
Source
FedBizOpps 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.