Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2007 FBO #2075
SOLICITATION NOTICE

V -- Transportation Services

Notice Date
7/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HU0001-Q-V596
 
Response Due
8/8/2007
 
Archive Date
8/23/2007
 
Description
The Uniformed Services University (USU) located on the National Naval Medical Center (NNMC) in Bethesda, MD has a requirement for transportation services for USU medical school students to and from Walter Reed Army Medical Center (WRAMC), located in Washington, D.C., for one base year and four option years. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. It will be the responsibility of the Contractor to monitor Federal Business Opportunities, http://www.fedbizopps.gov/, for the issuance of any changes/updates to the solicitation. This announcement constitutes the only solicitation; quotes are being requested (RFQ), in accordance with FAR Part 13, and a written solicitation will not be issued. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-17. The applicable NAICS code for this requirement is 485510, Charter Bus Industry. STATEMENT OF WORK FOR BUS TRANSPORTATION The USU Introduction to Clinical Medicine (ICM) course has a requirement for transportation services from the USU campus located on the NNMC to the WRAMC. The schedule is as follows: BUS TRANSPORTATION FOR ICM-I & ICM-III 2007-2008 DATE DEPARTURE TIME FROM TO Student # Wed 5 SEP 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 72 Wed 12 SEP 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 72 Wed 19 SEP 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 72 Wed 3 OCT 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 20 Wed 10 OCT 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 20 Wed 17 OCT 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 16 Wed 24 OCT 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 12 Wed 31 OCT 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 18 Wed 7 NOV 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 18 Wed 14 NOV 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 20 Wed 5 DEC 07 1230 hrs 1610 hrs USU WRAMC WRAMC USU 20 Thu 31 JAN 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 60 Tue 12 FEB 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 36 Fri 22 FEB 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 84 Tue 26 FEB 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 48 Tue 4 MAR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 90 Thu 6 MAR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 54 Thu 13 MAR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 32 Tue 18 MAR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 42 Thu 3 APR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 42 Thu 10 APR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 42 Tue 15 APR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 42 Thu 17 APR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 42 Tue 22 APR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 84 Thu 24 APR 08 1230 hrs 1610 hrs USU WRAMC WRAMC USU 60 The dates, times, and number of students for all option years will be provided when the corresponding option year is exercised. Further specifications for this requirement include the following: a. Buses will be in place to on-load passengers 15 minutes prior to the scheduled departure time. Contractor must account for any delays resulting from the security check when accessing the gates at either the NNMC or the WRAMC. b. The USU pick-up /drop point is at the flagpole on Palmer Road. A map will be provided to the awardee. c. The WRAMC pick-up/drop off point is at the Building 2 bus area. A map will be provided to the awardee. d. Buses will depart at the scheduled times. Confirmation by the course director or administrator is not required. e. Buses shall have seating for all students. f. Buses shall have working heat and air conditioning and shall be equipped with a first aid kit. g. Drivers will follow the schedules posted. Only the course directors or the Course Administrator may authorize an early departure. Drivers may not honor student requests for early departure. In the event of an unauthorized early departure, the contractor is responsible for arranging prompt transportation for students left behind. h. In the event the USU cancels an event due to inclement weather, the USU ASD office will notify the contractor immediately. i. In the event of inclement weather, the contractor shall notify the USU ASD office if there is reasonable concern that deteriorating weather may preclude safe transportation. Teaching activities for that day will be suspended. If USU students have already been transported to WRAMC, USU will notify WRAMC departments to allow students to be bused back to USU in a timely manner. As such, the contractor will transport the students back to USU immediately. j. In the event of cancellations (other than inclement weather), USU will provide 24 hours notice. k. Contractor will contact the NNMC and WRAMC security offices in advance to obtain permission to enter the base, and will provide required documentation for drivers. l. Contractor will have back up available for prompt dispatch in the event of mechanical problem m. If the contractor fails to depart within ten minutes of the scheduled departure time, due to a contractor delay, they shall provide transportation for that day at a 20% discount. If the contractor fails to transport the students on a scheduled date, they shall not be paid for that day, and shall have a $200.00 penalty assessed against outstanding invoices. n. Contractor must provide names of all drivers at least one week prior to the first day of service. o. Each driver must be able to provide a valid drivers license, proof of insurance, a company identification card, and valid vehicle registration when accessing NNMC and WRAMC. p. The Contractor?s must be able to provide communication with the Contractor?s driver EVALUATION BASIS FOR AWARD IAW, 52.212-2, the Government will award a firm-fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government; prices and evaluation factors listed below. The following factors shall be used to evaluate offers. Technical and past performance, when combined, are significantly more important than cost or price. The following evaluation factors will be utilized by the Government to assess quotes: Technical Capability: ? Degree to which offeror either accepts or takes exception to elements within the statement of work (SOW) ? Degree to which offeror guarantees availability to perform on the specified dates and times, as documented e.g. by provision to provide back-up transportation in the event of equipment failure or other unanticipated event. ? Contractor must provide evidence of current compliance with all Governmental licensing and regulatory requirements by providing the following items: o Interstate Commerce Commission Certificate of Public Convenience and Necessity o Washington Metropolitan Area Transit Commission Certificate of Public Convenience and Necessity o U.S. Department of Transportation Federal Motor Carrier Safety Administration Motor Carrier Safety Rating o Certificate of Liability Insurance with the Uniformed Services University listed as the Certificate Holder Past Performance ? Degree to which offeror can offer evidence of satisfactory past performance and experience in similar projects of this nature and scope. The Contractor must provide: o A minimum of three (3) organization references in which services were provided within the last year. Include the organization name, a contact name, and a contact phone number. Price ? Contractor must provide pricing in the following format for the base year and all option years to be considered for award: CLIN Description 0001 Bus Transportation Services (Base Year), POP: 05 Sept 2007 to 24 Apr 2008 0001AA Bus Transportation Services for 55 passengers or less: 1 day @ $____________ 0001AB Bus Transportation Services for 56 to 100 passengers: 1 day @ $____________ 0002 Bus Transportation Services (Option Year 1), POP: 01 Aug 2008 to 31 May 2009 0002AA Bus Transportation Services for 55 passengers or less: 1 day @ $____________ 0002AB Bus Transportation Services for 56 to 100 passengers: 1 day @ $____________ 0003 Bus Transportation Services (Option Year 2), POP: 01 Aug 2009 to 31 May 2010 0003AA Bus Transportation Services for 55 passengers or less: 1 day @ $____________ 0003AB Bus Transportation Services for 56 to 100 passengers: 1 day @ $____________ 0004 Bus Transportation Services (Option Year 3), POP: 01 Aug 2010 to 31 May 2011 0004AA Bus Transportation Services for 55 passengers or less: 1 day @ $____________ 0004AB Bus Transportation Services for 56 to 100 passengers: 1 day @ $____________ 0005 Bus Transportation Services (Option Year 4), POP: 01 Aug 2011 to 31 May 2012 0005AA Bus Transportation Services for 55 passengers or less: 1 day @ $____________ 0005AB Bus Transportation Services for 56 to 100 passengers: 1 day @ $____________ The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). USU reserves the right to split this award between two or more companies in order to schedule appropriately sized vehicles. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR website at http://www.ccr.gov/. The following provisions and clauses apply to this contract: ? 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition ? 52.212-2, Evaluation - Commercial Items ? 52.212-3, Offeror Representations and Certifications- Commercial Items ? 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 (clauses cited therein are applicable) ? 52.217-8, Option to Extend Services o The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days before the contract expires. ? 52.217-9, Option to Extend the Term of the Contract o The Government may extend the term of this contract by written notice to the Contractor within 30 days provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. o If the Government exercises this option, the extended contract shall be considered to include this option clause. o The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. Direct any questions or inquiries in writing to Nadine Utz, Contract Specialist, at Uniformed Services University, Directorate of Contracting, Rm A1040C, 4301 Jones Bridge Road, Bethesda, MD 20814-4799 or via email to nadineutz@USU.mil. Questions are due by August 3, 2007 at 4:00 p.m. All quotes (including requested documentation as stated above) are due by August 8, 2007 at 4:00 p.m. The anticipated award date is August 15, 2007. All offerors are required to address all evaluation factors stated above and submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This can be found at https://www.ustda.gov/.
 
Place of Performance
Address: 4301 Jones Bridge Road, Room A1040C, Bethesda, MD
Zip Code: 20814-4799
Country: UNITED STATES
 
Record
SN01358024-W 20070802/070731222339 (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.