Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

V -- Transportation for the Veterans Sports Clinic

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, Department of Veterans Affairs;Network 22 Logistics Office;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-262-09-RQ-0408
 
Response Due
7/24/2009
 
Archive Date
9/22/2009
 
Point of Contact
Edna SanchezPurchase Agent<br />
 
E-Mail Address
Purchase Agent
(edna.sanchez@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a transportation agreement 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. Provisions and clauses are incorporated through Federal Acquisition Circular 05-32. This procurement is set aside for 100% small businesses. The North American Industry Classification System Code (NAICS) is 485113. SCHEDULE OF SUPPLIES/SERVICES: The VA San Diego Healthcare System requires transportation for veteran participants and their family, for the veteran sports clinic. Salient characteristics for the transportation are as follows but not limited: 1.Contractor shall provide buses to pick-up participants and family members (approximately 220 participants) from San Diego International Airport and transport them to the Downtown Marriott Hotel (333 West Harbor Dr.). 2.Contractor shall provide a sign (stating Department of Veteran Affairs Summer Sports Clinic at no additional charge to the Government). 3.Contractor shall transport support staff, volunteers, participants, and family members to Sea World on Sunday, September 20, 2009. Sea World pick-up and delivery is approximately 1:45pm to 9pm. The contractor shall provide a minimum of three buses. Contractor shall be able to transport between 200 and 300 people plus 20 individuals in wheelchairs. Additionally, the contractor is required to make several round trips between the Marriott and Sea World on an as needed basis. 4. Contractor shall transport (65) support staff, participants, and family members including (5) individuals in wheelchairs to Chula Vista Olympic Training Center, La Jolla Shores (Kellogg Park), and Mission Bay Yacht Club and back to the hotel from Monday, September 21 through September 25, 2009. Pick-up and delivery times are tentative, between the approximate hours of 7:30 am through 4:00 pm, Pacific Standard Time. 5.Contractor shall provide a form of communication between him/herself and the driver (driver shall not talk on cellular phone while driving). 6.Contractor shall have buses that can transport twenty (20) wheel chairs and be American Disabilities Act (ADA) compliant. 7.Contractor shall transport participants and family members to airport Saturday, September 26, 2009. 8.Contractor shall submit proof of insurance and employee's drivers license with pricing. PRICING: For ordering/invoicing, there shall be only two line items in the resultant contract: Line Item 1: Contractor shall provide all costs (including, driver, overtime, fuel, etc.) into their pricing. PLACE/PERIOD OF PERFORMANCE: Transportation to and from the events shall be provided upon contract award. Times are approximate and are not exact. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (JULY 2009). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition:, 52.212-1Instruction to Offerors - Commercial Items (JUNE 2008); 52.212-4, Contract Terms and Conditions - Commercial Items (MARCH 2009); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (JUNE 2009). In paragraph (b) of 52.212-5 the following apply: 52.219-6 Notice of Total Small Business Set aside(JUNE 2003),52.219-28 Post Award Small Business Program Representation (APRIL 2009), 52.222-3 Convict Labor (JUNE 2003), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.225-13 Restrictions on Certain Foreign Purchase (JUNE 2008), and 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999), 52.228- Insurance-Liability to Third Persons (March 1996), 852.237-70 Contractor responsibilities. (APRIL 1984); under letter c, 52.222-41 (Nov 2007, 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (The equivalent r-ate for a Bus Driver is 15.96), 52.228-10 Vehicular and General Public Liability Insurance852.270-1 Representative of the Contracting Officer (April 1984), and 852.270-4 Commercial advertising (NOV 1984). Facsimile offers are accepted at (562)-826-5828. FAR Provision 52.215-1Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Edna Sanchez, Purchase Agent, 5901 E. Seventh Street. Long Beach, CA 90822. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Contractor shall submit the following items in its proposal(s): 1.Schedule of Prices: list of cost (all costs included not limited too driver, and gas) 2.Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (JULY 2009). 3.Company's DUNS number. 4.Number of company employees. DEADLINE: Offers are due on July 24, 2009, 4:00PM, Pacific Time. Submit offers or any questions to the attention of Edna Sanchez, telephone (562) 826-8130, fax (562) 826-5528, or email edna.sanchez@va.gov, and alternative point of contact Monica Griffin at 562-826-5545.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA-262-09-RQ-0408/listing.html)
 
Record
SN01876075-W 20090717/090715235840-8d3855f2d98b792f55a320b1d79dbe80 (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.