Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

V -- School Bus Services

Notice Date
7/16/2008
 
Notice Type
Presolicitation
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, ACA, Fort Riley, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX08T0046
 
Response Due
7/31/2008
 
Archive Date
9/29/2008
 
Point of Contact
Gary R. Parker, (785) 239-4589
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement serves as a pre-solicitation and market research notice for the provision of School Bus services at Fort Riley, KS. The NAICS code for this announcement is 485410, the small business size standard is $6.5 m., the place of performance is Fort Riley, KS. This possible procurement is set-aside 100% for small business. This is not a request for proposal, bid, or quote. This purpose of this announcement is to comply with FAR 5.204 and perform market research for the United States Army Contracting Agency at Fort Rile y, KS to determine the extent and level of industry interest toward participating in a possible future procurement action. Government may solicit for a single awardee, Commercial Firm Fixed Price contract under simplified acquisition procedures with a base period of performance from award to the end of the 2009 school year. The contract may include 3 (three) ea. 1 (one) school year duration options to extend the period of contract performance. Government anticipates the possible releasing of a request for quote type solicitation on or about 1 August 2008. All interested parties shall be currently registered in CCR under the NAICS code above. All interested parties shall also be registered, complete, and current in the ORCA system. If awarded, the awardee shall be required to submit all invoices for payment through the Wide Area Work Flow (WAWF) system. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors using WAWF shall register to (i) use WAWF @ https://wawf.eb.mil and ensure (ii) an electronic business point of contact (POC) is designated in Central Contractor Registration (CCR) @ http://www.ccr.gov within ten (10) calendar days after receipt of any possible contract award. This announcement is for information and planning purposes only and should not be construed as a commitment by the government for any purpose. This announcement does not constitute a request for proposals and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. Technical Exhibits will not be made available at this time for review. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the government shall arise as a result from a response to this announcement or government use of any information provided. This announcement does not restrict the government to an ultimate acquisition strategy. The government reserves the right to consider acquisition strategies as deemed appropriate. Industry interested parties that are able to meet the requirements are encouraged to submit an electronic letter of interest to this office within the time frame specified. Governments specific areas of interest are the suitability of this potential work for small business participation; is this work commercial contracting applicable; and what industry specific issues should Government be aware of that could influence this possible solicitation. Interested businesses responding shall provide the Government, at a minimum, the following information as part of its submittal: (1) name of company and applicable CAGE code including the contact persons name, title, telephone number and email address; (2) company address; (3) company size (please specify as either large, small, small disadvantaged, 8(a), woman-owned small business, historically underutilized business zone concern, veteran-owned small business, or service-disabled small business; (4) identify whether you are interested in this acquisition as a prime contractor or subcontractor. Note: 1. under certain teaming arrangements, the individual small businesses must meet the size standard instead of using the combined total of employees of all small businesses on the team. Note: 2. to qualify as a small business entity all of the team members must be a small business. One exception is mentor-protege, which does permit large business participation on the team. For more information on teaming arrangements, contact your local US Small Business Administration office, Small Business Development Specialist. See government-wide numbered notes 1, and 9. Government-wide numbered notes may be accessed at https://www.fbo.gov/index?static=faqs&s=generalinfo&mode=list&tab=list&tabmode=list#q2-6
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c02ccdd2aa599a659547a560ed5841cc&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
Zip Code: 66442
 
Record
SN01615841-W 20080718/080716222116-c02ccdd2aa599a659547a560ed5841cc (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.