Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

W -- LEASE OF 44 EACH 44 PASSENGER BUSES FOR A BASE YEAR AND 3 OPTION YEARS

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-09-T-0027
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Joe Smith, 601-313-1556<br />
 
E-Mail Address
USPFO for Mississippi
(joe.hughie.smith@ng.army.mil)
 
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 is a Combined Synopsis/Solicitation for the Lease of 44 each 44 passenger buses for a Base year and 3 Option Years for Camp Shelby Joint Forces Training Center, Camp Shelby, Mississippi. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-33. This solicitation is set aside 100% for small business. The NAICS for determination of size status is 532120. Small business standard is $23.5M. CLIN 1___________ Base Year 1 October 2009 through 30 September 2010 Lease of 44 each 44 Passenger Buses, CLIN 2__________ Option Year 1, October 1, 2010 Thru 30 September 2011, Lease of 44 each 44 passenger Buses. CLIN 3_____________Option Year 2, October 1 2011 thru 30 September 2012, Lease of 44 each 44 passenger buses. CLIN 4________ Option Year 3, October 1, 2012 thru 30 September 2013, Lease of 44 each 44 passenger buses. The Mobility Section of the Installation Transportation Office at Camp Shelby operates 24 hours a day, 7 days a week. The buses lbeing leased will be for this section and will be used as follows: Transport personnel to and from predetermined training events, ON-Post Shuttle services, transport personnel to local MWR events within the Hattiesburg/Laurel area, transport mobilizing units to and from their require locations, and Transport personnel to and from the following airports: Hattiesburg/Laurel, Gulfport International, New Orleans International, Jackson International, and Mobile International. Contractor will furnish only buses. The Government will furnish drivers. The Government is self-insured and be responsible for any damage due to driver negligence. Contractor will be responsible for routine preventive maintenance, i.e., oil changes, tires, etc., break down recovery within the entire area of usage. The contractor will provide operational floats in order to maintain the proper number of buses available when a bus breaks down. Buses must be 44 or more passenger seating capacity, diesel engine, automatic transmission, air brakes, air conditioning and heating capability and outside mirrors. IF additional buses are required the contractor must be capable of providing. POC for technical question is COL Harry A. Gunter @ 601-558-2277. The following clauses apply: FAR 52.208-4, Vehicle Lease Payments; FAR 52.208-5, Condition of Leased Vehicles; FAR 52.208-6, Marking of Leased Vehicles; FAR 52.208-7, Tagging of leased Vehicles; FAR 52-212-1, Instructions to Offerors (Oct 2001); 52.212-2 Evaluation of Commercial Items; Evaluation will be based on Price and past performance with at least three letters of reference with points of contacts and telephone numbers demonstrating your relevant past performance for this type requirement, FAR 52.217-9, Option To Extend the Term of the Contract; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.219-6, Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52-233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.219-14, Limitation on Subcontracting; FAR 52.203-3 Gratuities; FAR 52.232-18 Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government lf a Terrorist Country; DFARS 252.204-7004, Required Central Contractor Registration (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), DFARS 252.225-7001 Buy American Act and Balance of Payments Program ; DFARS 252.225-7012 Preference for Certain Domestic Commodities; Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. The proposal is due no later than 4:30 P.M., August 14, 2009, to USPFO-MS, Attn: Joe H. Smith, P & C, 144 Military Drive, Jackson, MS 39232-8861. Proposals can be emailed to joe.hughie.smith@ng.army.mil or mailed to USPFO-MS, Attn: Joe Smith, 144 Military Drive, Jackson, Mississippi 39232-8861. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. Offerors are reminded that you must provide 3 reference letters and completed copy of DFARS 252.212-7001. Award is based on past performance and price and when combined are equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0027/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS<br />
Zip Code: 39208-8860<br />
 
Record
SN01895265-W 20090802/090801000236-09d15c2ab9d3899cca9ccd94468c38f4 (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.