Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

V -- Dinosaur National Monument Shuttle Bus

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N1402072074
 
Response Due
4/28/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
N/A
 
Description
DINOSAUR NM SHUTTLE BUS SERVICE (A) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, and the use of Simplified Acquisition Test Program procedures as authorized by FAR 13.500, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby being requested and a separate written solicitation will not be issued. NOTE: Due to formatting controlled upon submission by Fed Biz Ops, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word format by contacting Joe Gatlin at 303-969-2660 (B) The National Park Service contemplates award of a firm fixed price contract, base period and four option years, as a result of this combined synopsis/solicitation, to the offeror whose proposal provides the best value to the Government. (C) The proposed contract is full and open competition to all business concerns. All responsible businesses may submit a proposal which shall be considered by the National Park Service (NPS). (D) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (E) Solicitation #:N1402072074. This solicitation is issued as a Request for Proposals. (F) NAICS code: 485113 (G) Contract Line Items: Contract line item 0001: Base Period, May 26, 2007 through September 3, 2007: Provide a shuttle bus service for visitors to Dinosaur National Monument, between the Lower Visitor Center and the Green River Campground. The chosen contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform the shuttle bus operations as specified in the following Statement of Work. Contract line item 0002: Option Period 1, services as listed in contract line item 0001. May 24, 2008 through September 1, 2008 Contract line item 0003: Option Period 2, services as listed in contract line item 0001 May 23, 2009 through September 7, 2009 Contract line item 0004: Option Period 3, services as listed in contract line item 0001. May 29, 2010 through September 6, 2010. Contract line item 0005: Option Period 4, services as listed in contract line item 0001. May 28, 2011 through September 5, 2011. Note: Each year's period of performance shall begin on the Saturday prior to Memorial Day and run through Labor Day. STATEMENT OF WORK Quarry Shuttle Service - Dinosaur National Monument 1. Description of Work The intent of the project is to provide a shuttle bus service for visitors to Dinosaur National Monument between the Lower Visitor Center (hereafter referred to as the LVC) and the Green River Campground (hereafter referred to as the GRCG) Overlook. The contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform the following Statement of Work/Specification: 2. Location of Work: This project is located at Dinosaur National Monument in Uintah County, Utah. The shuttle shall run between the LVC and the GRCG Overlook, with a second route identified as between the LVC and the Quarry Visitor Center (hereafter described as the QVC). The Lower Visitor Center is located at the end of State Hwy. 149, approximately 7 miles north of the intersection with U.S. Hwy. 40 in Jensen, UT. Jensen is approximately 170 miles east of Salt Lake City, UT, and 133 miles north of Grand Junction, CO. All specified routes are subject to change. The government will coordinate any route changes with the contractor that will be in the best interest of both the government and the awarded contractor. 3. Operation of Service: The work under this contract consists of: Quarry Shuttle Service: The Contractor shall provide enclosed buses (similar in size and style of a typical airport shuttle bus) capable of providing round trip service between the LVC and the GRCG Overlook and the QVC. This is a distance of approximately 5 miles each way to the GRCG Overlook, and approximately 1/3 mile each way to the QVC. The buses must have sufficient power to safely navigate hills up to a 15% grade between the points mentioned above within the posted speed limits in the area (between 25 and 45 miles per hour). The buses shall have a public address system with audio speakers capable of transmitting messages by the National Park Service (hereafter referred to as NPS) Interpretive Rangers riding with the passengers. 4. Time of Performance: Each year's period of performance shall begin on the Saturday prior to Memorial Day and run through Labor Day. The base period work shall commence on May 26, 2007, and run through September 3, 2007. The shuttle bus shall operate between the hours of 8:30 am and 6 pm, with three round trips to the GRCG Overlook and 14 trips to the QVC each day (time and exact scheduling to be negotiated with the NPS after contract is awarded). NPS Interpretive Rangers will accompany visitors on the trip to GRCG Overlook, with three stops where visitors will be allowed off the bus for a brief interpretive talk. During these stops, idling of shuttle buses shall not be permitted due to noise and exhaust fumes. Option years will commence on specified dates as follows: Option year # 1, May 24 through September 1, 2008 Option year # 2, May 23 through September 7, 2009 Option year # 3, May 29 through September 6, 2010 Option year # 4, May 28 through September 5, 2011 5) Vehicle Specifications: The shuttle bus shall be designed for passenger use with a heavy duty chassis suspension and be capable of safe operation under the conditions listed below. Vehicle characteristics/conditions should include: a. The enclosed type units must have anti-slip flooring or matting on the floors and step landing, and grab bars or equivalent at every entry point. b. Minimum capacity of 24 passengers, and maximum capacity of 36 passengers. c. Sufficient power to safely navigate a hill of 15% grade at a minimum speed of 25 miles per hour. d. Equipment shall be capable of operating between 4700 and 5000 ft. above sea level. 6. Safety Compliance: The contractor shall adhere to the vehicle manufacturer's/leaser's maintenance schedules. Written preventive maintenance records shall note frequency of maintenance of mechanical, electrical, fluid, air and/or hydraulic systems, and shall be available for inspection upon request by the NPS Contracting Officer Representative (COR), which will be designated by the NPS at the time of the award. A daily vehicle inspection shall be done before the vehicle is placed in service, and include brakes, tires, windshield wiper, lights, oil, fuel, and water supply. The buses shall be inspected at least daily by the contractor for safety equipment, including fire extinguisher, first aid kit, and emergency reflector kit. 7. Storage/Maintenance/Facilities/Fuel: In the interest of energy conservation, NPS will provide designated parking spaces for overnight parking of the contractor's buses (used for this contract) in the immediate vicinity of the Quarry Maintenance Yard in the Green River District. The contractor will provide equipment and supplies to service and maintain the units. Storage and facilities will not be provided by the NPS for vehicle services. The NPS will not accept liability of contractor vehicles. Parking and storage while on NPS property will be at the contractor's risk and responsibility. Fuel storage by the contractor within the park will not be permitted. As part of this contract, the contractor will be required to purchase fuel for operating the route buses only from the NPS fuel tanks in the Green River District Maintenance Yard. Fuel will be charged at NPS cost. Contractor-provided buses must be able to operate on B20 bio-diesel fuel, or regular unleaded gasoline. 8. Certification, Inspections and Training: The NPS highly recommends the contractor and all contractor operations staff attend the customer service training that is provided to the interpretive staff. The contractor will be notified two weeks in advance of the time and location once the training dates have been confirmed. The contractor shall provide qualified licensed drivers, with applicable Utah Commercial Drivers licenses to operate the class of vehicles driven in the State of Utah. Operators shall be courteous and shall have sufficient knowledge and experience to provide park visitors (passengers) with safe, comfortable and pleasant transportation. At the beginning of the season, the contractor shall submit to the park a list of drivers, including a photocopy of each driver's commercial driver's license. The contractor shall provide to the NPS, within 5 business days, a revised list as changes occur. The contractor shall provide copies of all Utah required safety inspection certificates. These certificates shall be posted on all vehicles certifying that the vehicle is in good mechanical order. The contractor shall comply with all licensing and safety promulgated by the State of Utah. Each vehicle shall be in compliance with Federal Motor Carrier Safety Regulations and meet OSHA and DOT standards for passenger safety. All services facilities and equipment shall be subject to inspection and test by the NPS Contracting Officer's Representative (COR). The contractor shall allow the COR free access to its facilities, equipment and operations for this purpose, and shall provide such reasonable facilities and assistance as may be required for this work. Proof of certifications and licenses as required by the State of Utah shall be provided to the Contracting Officer prior to the start of the contract. 9. Compliance with Regulations: All contractor employees and representatives engaged in activities under this contract shall comply with and be subject to all Federal, National Park Service and Utah laws and regulations applicable within the boundaries of Dinosaur National Monument. They shall, at all times, on duty or while on park property, conduct themselves in a manner that will not reflect adversely on Dinosaur National Monument or the National Park Service. 10: Increases or Decreases: All changes must have prior approval of the Contracting Officer. Payment will be adjusted for any additional or canceled service on a pro-rata basis. 11. Payment: Payment will be based on complete and satisfactory service performed. Payment will be based on a "per day used" basis (part day shall be pro-rated). No payment will be made for days services are not rendered (i.e. When caused by company equipment failure, road blockage caused by natural phenomena, road construction, or emergency closure authorized by the Park Superintendent). Periodic payments will be made based upon complete and satisfactory performance for the following periods: a. May 26, 2007 through June 30, 2007 b. July 1, 2007 through July 31, 2007 c. August 1 through September 3, 2007 At the end of each payment period, the contractor shall submit an invoice for the amount billed determined by the numbers of days in the payment period, plus or minus any increase/decrease ordered by the contracting officer. 12. Billing for Fuel Use: Fuel used by the contractor will be tallied monthly through the park's electronic "Gas-Boy" system, and the cost per gallon and quantity used will be conveyed to the contractor monthly. At the end of the each annual contract period, the NPS will bill the contractor for reimbursement for the actual fuel used. Fuel will be charged at NPS cost. END OF STATEMENT OF WORK (H) Provisions and clauses noted below apply to this acquisition and may be accessed at http://www.arnet.gov/far. Provision 52.212-1, Instructions to Offerors-Commercial Provision 52.212-2, Evaluation-Commercial Items Provision 52.212-3, Offeror Representation and Certifications 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.237-3, Continuity of Services 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.252-02 Clauses Incorporated by Reference (see below) 1452.228-170 Liability Insurance (See below in full text) 52.232-18 Availability of Funds (see below in full text) 52.252-2 Clauses Incorporated by Reference. CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far 1452.228-70 Liability Insurance LIABILITY INSURANCE -- DEPARTMENT OF THE INTERIOR (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $3,000,000.00 each person $5,000,000.00 each occurrence $1,000,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 52.232-18 Availability of Funds. AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (I) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; proposals shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in section J below; b) price proposal for contract lines noted in paragraph G above; c) completion of provision 52.212-3 as noted by paragraph K below; d) acknowledgement of any solicitation amendments. (J) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION FACTORS: Selection will be based on price and non-price factors to the Offeror offering the Best Value to the Government. For this procurement, non-price factors are considered to be significantly more important than price. Non-price factors to be considered are: (1) Prior Experience, and (2) Past Performance, which are considered to be equal in relevance. PRIOR EXPERIENCE Accidents per mile / Safety: Please provide your company's accident per mile ratio for the last 5 years. Also provide a count of the number of transport accidents over the last five years, with a brief summary of each accident. Experience with transportation of family groups: Please provide your company's past experience transporting large groups in a recreational capacity. (i.e. Charter tours to sporting events, vacation destinations, etc.) PAST PERFORMANCE Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of offerors past performance, and / or references obtained from any other source. Offerors shall provide a list of five to ten past contracts / projects, completed within the last three to five years, which they consider similar in nature. Please provide a list of references who can discuss your company's ability to transport family groups. (K) Offerors shall complete and return with their proposal a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (L) The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42 (See below in full text), 52.222-43, 52.225-1, 52.225-13, and 52.232-33. 52.222-42 Statement of Equivalent Rates for Federal Hires. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits BUS DRIVER_WG 5703-5_ $21.48 Mechanic WG 5823-5_ $21.95 Note: SCA Wage Determination # 2005-2351, Rev (02) date of Revision 02/15/2007, for Utah Statewide applies to this contract, and is attached. SCA wage determinations may be accessed at http://www.wdol.gov. (M) Offerors shall preferably e-mail their proposal to Joe Gatlin at joseph_gatlin@nps.gov. Other acceptable methods of submission are mail, or courier delivery. All deliveries should be made to National Park Service, 12795 W. Alameda Parkway, Lakewood, CO. 80228, IMDE-ACP, Attn: Joe Gatlin. Please mark outer envelope as "DINO SHUTTLE". All proposals, regardless of method of submission, shall be submitted to insure arrival by 2:00 pm local time, Lakewood, Colorado, April 28, 2007. (N) For information regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov or 303-969-2660. (O) SUBMITTALS Each offeror shall provide their proposal with separate line items for the base period and each individual option period. The Service Contract Act (SCA), and applicable wage rates under the SCA will apply to this contract. In addition to the proposal, each offeror shall provide information that responds to the non-price evaluation factors, including past performance references as noted in paragraph J above, submission of Representation and Certification information as requested in paragraph K above, and all information requested under the Prior Experience heading above. (P) PAYMENT Payments will be made as specified in the Statement of Work, and will be in compliance with the payment schedule of 15 days per the Prompt Payment Act. Final payment will be based on a 30 day payment schedule.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2464654)
 
Place of Performance
Address: Dinosaur National Monument 4545 E. Highway 40 Dinosaur, CO. 81610
Zip Code: 802282838
Country: US
 
Record
SN01262300-W 20070331/070329222645 (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.