Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

V -- RFQ for Bus Service in the Dugway Proving Ground (DPG) area

Notice Date
8/31/2007
 
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-0059
 
Response Due
9/14/2007
 
Archive Date
11/13/2007
 
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. This synopsis/solicitation s erves as the Request For Quotes for bus service in the Dugway Proving Ground (DPG) area. CLIN items are as follows: CLIN 0001: Requirement is for one way transport of 14 personnel on September 24, 2007 as follows: Depart from the Crystal Inn, 230 West 50 0 South, Salt Lake City, UT and the Sprung Site on Dugway, UT, an estimated 100 miles one way. Depart Crystal Inn at 1630 and arrive Sprung at 1815. CLIN 0002: Requirement is for one round trip transport for up to 20 personnel and 1 one way transport for 14 personnel on September 25, 2007 as follows: Requirement is for one round trip transport for up to 20 personnel and 1 one way transport for 14 personnel on September 25, 2007 as follows: Depart Crystal Inn, Salt Lake City, UT at 0545 and arrive at Sprun g, Dugway at 0730; await night shift personnel; depart Sprung at 0730, arrive Crystal Inn at 0900. Depart Sprung at 1900; arrive Crystal Inn at 2045. CLIN 0003: Requirement is for one way transport of 14 personnel on October 01, 2007 as follows: Depart Cr ystal Inn at 1630 and arrive Sprung at 1815. CLIN 0004: Requirement is for 8 round trip transports for up to 20 personnel from October 2 to October 5, 2007 as follows: Depart Crystal Inn, Salt Lake City, UT at 0545 and arrive at Sprung, Dugway at 0730; lo ad night shift personnel; depart Sprung at 0730, arrive Crystal Inn at 0900. Depart Sprung at 1630; arrive Crystal Inn at 1815, await day shift personnel; depart Sprung at 1900 to arrive Crystal Inn at 2045. CLIN 0005: Requirement is for 2 one way trans ports for up to 20 personnel on October 06, 2007 as follows: Depart Crystal Inn, Salt Lake City, UT at 0545 and arrive at Sprung, Dugway at 0730; Depart Sprung at 1900, arrive Crystal Inn at 2045. CLIN 0006: Requirement is for one way transport of 20 pers onnel on October 08, 2007 as follows: Depart Crystal Inn in Salt Lake City at 1630 and arrive Sprung at 1815. CLIN 0007: Requirement is for 8 round trip transports for up to 20 personnel from October 9 to October 12, 2007 as follows: Depart Crystal Inn, Salt Lake City, UT at 0545 and arrive at Sprung, Dugway at 0730; load night shift personnel; Depart Sprung at 0730, arrive Crystal Inn at 0900. Depart Sprung at 1630; arrive Crystal Inn at 1815, await day shift personnel; depart Sprung at 1900 to arrive Crystal Inn at 2045. CLIN 0008: Requirement is for one way transport of 14 personnel on October 13, 2007 as follows: Depart Sprung Site on Dugway, at 0730 to arrive Crystal Inn, Salt Lake City at 0900. Anticipate use of Skull Valley route instead of th e mountain pass for this contract. Quotes shall include all mandatory fees that are applicable. Inclusion of such coverage will be considered when evaluating the best value to the Government. The federal Government is exempt from paying state and local ta xes. 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 includes rental rates, fuel rates, mileage, hourly rates and availability. Th e 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 this requirement: 52.212-1, Instructions to Offers-Commercial; 52.212-4, C ontract Terms and Conditions-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors wishing to submit a quotation are required to be (registered 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 Eligibl e 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 5:00 pm, CST, 14 Sept ember 2007. POC is Denitra I. Thomas at (254) 288-9722, fax (254) 288-2260 or denitra.thomas@us.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
SN01392527-W 20070902/070831222238 (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.