Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

V -- Bus service in the Dugway Proving Ground (DPG) area

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-07-T-0037
 
Response Due
7/2/2007
 
Archive Date
8/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 2005-09. The NAICS code is 485510 and the SIC is 4142. This s ynopsis/solicitation serves as the Request For Quotes for bus service in the Dugway Proving Ground (DPG) area. CLIN items are as follows: CLIN 0001: Bus transportation for 82 personnel between Tooele, UT and the Sprung Site on Dugway, UT (approximately 55 miles one way using the Johnson Pass Route - Hwy 199) for the dates 9-13, 16-17, and 20 July. Buses must be climate controlled and have enough engine power to travers a mountain pass without mechanical failures such as overheating. This requirement is c omprised of 16 round trips of approximately 110 miles each. CLIN 0002: Requirement is for transports between the Hampton Inn, Tooele, UT and the Sprung Site on Dugway, UT for 61 personnel on two shifts (approximately 55 miles one way using the Johnson Pa ss route - Hwy 199) for the following dates: Pilot test, 18-19 July 07; Record Test, 23-27 July 07 and 30 July-3 August 07. Buses should be climate controlled and have powerful enough engines to traverse a mountain pass without mechanical failures such a s overheating. This requirement is comprised of a total of 48 round trips of approximately 110 miles each. Quotes shall include all mandatory fees that are applicable. Inclusion of such coverage will be considered when evaluating the best value to the Gov ernment. The federal Government is exempt from paying state and local taxes. If required, SF 1094 or other evidence (see FAR subpart 29.305, State and local tax exemptions) will be provided. Award will be based on best value to the Government, which incl udes rental rates, fuel rates, mileage, hourly rates and availability. The Government reserves the right to shift transfer dates and/or cancel completely. Payment shall be based on usage only. The following FAR provisions and clauses are associated with t his requirement: 52.212-1, Instructions to Offers-Commercial; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors wishing to submit a quotation are required to be (regist ered in CCR, DUNS Number, Cage Code, and Tax ID Number); 52.212-5, Contract Terms and Conditions; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-36, Affirmative Actions for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.225-3, Buy America Act-Free Trade Agreements-Israeli Trade Act; 52.233-4, Applicable Law for Breach of Contract Claim and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All responsible sources may submit a quote, which shall be considered. Offers are due before 3:00 pm, CST, 2 July 2007. POC is Denitra I . Thomas at (254) 288-9722, fax (254) 288-2260 or denitra.thomas@otc.army.mil.
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN01328224-W 20070628/070626221326 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.