Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
SOLICITATION NOTICE

V -- SPACE FLIGHT AWARENESS HONOREES GUIDED TOUR OF THE KENNEDY SPACE CENTER

Notice Date
2/1/2008
 
Notice Type
Solicitation Notice
 
NAICS
561520 — Tour Operators
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK08234341Q
 
Response Due
2/18/2008
 
Archive Date
2/1/2009
 
Point of Contact
Anthony M. Caruvana, Contracting Officer, Phone 321-867-3464, Fax 321-867-6226, Email Anthony.M.Caruvana@nasa.gov
 
E-Mail Address
Email your questions to Anthony M. Caruvana
(Anthony.M.Caruvana@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice 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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Guided Tours of the Kennedy Space Center for Space Flight Awareness Honorees for four (4) Space Shuttle Launches in FY 2008. This is a sole source requirement to Delaware North Companies Parks and Resorts at KSC Inc (DNC). DNC is the operator of the Kennedy Space Center Visitor Complex (KSCVC). As part of its operation of the KSCVC, they have trained and badged VIP tour guides and a fleet of buses on-site that provides daily tours to KSCVC guests. To utilize another source is not practicable as a new company would not have the trained guides to perform these VIP tours. In addition, DNC?s tour guide staff and fleet of on-site tour buses ensures no cost impact in the event of a launch delay or cancellation since the tour guides and buses are always on-site at the KSCVC. Statement of Work The Contractor shall provide VIP Tour Guides and bus transportation for approximately 600 NASA Space Flight Awareness (SFA) Honorees (normally 11 buses) to: 1. Provide guided bus tour of KSC one day prior to launch for the next four missions (all scheduled within FY08). 2. Targeted tour dates are: a. STS-123, L-1 Tour Date: March 12, 2008 b. STS-124, L-1 Tour Date: April 23, 2008 c. STS-125, L-1 Tour Date: August 6, 2008 d. STS-126, L-1 Tour Date: September 17, 2008 All dates are subject to change based on launch schedule. Approximate time schedules are shown below. Requirements: 1. Pick up plans (detailed plan will be provided when available): a. Pick up approximately 450 SFA Honorees from a hotel normally in the Orlando, Florida, area and transport to the Kennedy Space Center Visitor Complex at KSC, Florida. . b. Pick up approximately 110 SFA honorees at KSC Visitor Complex. 2. Require wheelchair capability on at least 2 buses. 3. Require microphone capability on the buses. 4. Restrooms are not required on the buses. 5. Require functional air-conditioners on all buses. 6. Require minimum 55-passenger buses. 7. Time schedule below based on launch occurring on October 23, 2007 - Details TBD. 8. All bus drivers must have an I-9 form. CONTRACTOR DELAY/CANCELLATION FEES ARE AS FOLLOWS: No delay/cancellation charges will be allowed due to scrub of launch. The provisions and clauses in the RFQ are those in effect through FAC 2005-23. The NAICS Code and the small business size standard for this procurement are 561520/$6.5M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Kennedy Space Center, FL will be required on a as needed basis for the remaining four (4) Space Shuttle Launches in FY 2008. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9E. Offers for the items(s) described above are due by 2:00 PM ET, February 18, 2008 to e-mail address Anthony.M.Caruvana@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, 52.222-3, 52.222-21, 52.222-26, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Anthony Caruvana at e-mail address Anthony.M.Caruvana@nasa.gov or fax number (321) 867-6226 not later than February 8, 2008. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#128579
 
Record
SN01498778-W 20080203/080201224704 (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.