Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOURCES SOUGHT

V -- Request for Information - USGS Passenger Shuttle Service

Notice Date
10/14/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Interior, U. S. Geological Survey, U. S. Geological Survey, U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 20512201 SUNRISE VALLEY DRIVE RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
09HQ01-NoSolicitation
 
Response Due
10/28/2008
 
Archive Date
10/14/2009
 
Point of Contact
JENNY KELLEY CONTRACTING OFFICER 7036487376 jkelley@usgs.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes to identify interested vendors for the requirement detailed below. A formal solicitation, performance work statement, and technical exhibits are not available for release at this time. In accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement. The US Geological Survey (USGS) has a requirement for passenger shuttle service for the USGS, Minerals Management Service (MMS), Bureau of Indian Affairs (BIA), the National Business Center (NBC), and the Office of the Inspector General (OIG), located in Reston, VA and Herndon, VA. Passenger shuttle service is required to transport official business personnel from these locations in Reston and Herndon to the Department of the Interior Main Interior Building in Washington, D.C. and return. Regularly scheduled passenger service with a number of daily trips between locations noted above will be required, along with on-call shuttle service. The Contractor will be expected to provide all personnel, equipment, tools and materials to accomplish these required tasks. Contractor personnel assigned to this task will be subject to a background investigation. The Government anticipates award of a commercial, firm fixed price type contract. The procurement is anticipated to be a base year with four (4) one-year option periods. The solicitation and any documents related to this procurement will be available over the Internet on or about December 1, 2008. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). The North American Industry Classification System (NAICS) code is 485999 and the size standard is $7M. The incumbent contractor is Reston Limousine of Sterling, VA. Small business concerns who believe they can responsibly perform this requirement should submit the following information to the contracting officer no later than 5PM EST Tuesday, October 28, 2008: 1. Capability statement describing corporate expertise and technical qualifications in shuttle service operations.2. Ability to provide service in the Washington, DC metro area.3. Past performance information describing other passenger shuttle service contracts your company has been awarded. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 4. Small business status of potential offeror (8(a), HUBZone, SDVOSB, etc.)5. Point of contact information for potential offeror, Cage Code, and D&B Number.6. Any other information that will prove the potential offeror is capable of performing the required effort. Small business submissions should be mailed to the attention of Jenny Kelley, Contracting Officer, 12201 Sunrise Valley Drive, MS 205, Reston, VA, 20192. Responses should be limited to 10 pages (single-sided). Email or faxed responses will not be accepted or evaluated. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the contracting officer via email only at jkelley@usgs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4415f8fe6c264667d984b6471392e648&tab=core&_cview=1)
 
Place of Performance
Address: Metropolitan Washington, D.C.<br />
Zip Code: 20192<br />
 
Record
SN01691577-W 20081016/081014220250-4415f8fe6c264667d984b6471392e648 (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.