Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

V -- BUSES FOR MOVEMENT OF SOLDIERS DURING MILITARY EXERCISE

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-09-R-0011
 
Response Due
9/22/2009
 
Archive Date
11/21/2009
 
Point of Contact
Debbie Rice, 904-823-0555
 
E-Mail Address
USPFO for Florida
(debbie.rice@fl.ngb.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. The solicitation number W911YN-09-T-0033 is issued as a request for proposal (RFP), and incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-36. This acquisition is utilizing procedures in FAR Subpart 13.5 -- Test Program for Certain Commercial Items and is 100% Small Disadvantage Business Set-Aside. Principal North American Industry Classification System code is 485510, with a small business standard of $7,000,000.00. The Government intends to place a single order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. 1. Scope of Work: The contractor shall provide all buses, drivers, supervision, supplies, fuel, lodging and other items necessary to support the Florida Army National Guards Pre-mobilization Training (PMT) to be conducted at Camp Blanding Joint Training Center, Starke, Florida from 06OCT2009 to 20NOV2009. The contractor will complete this scope of work in accordance with the Movement table attached as Exhibit A. 1. a. Objectives 1. a.1. Ensuring all drivers are properly licensed in accordance with (IAW) appropriate local, state and federal regulations. 1. a.2. Ensuring timely pickup and delivery of soldiers to and from training areas as prescribed in the attached movement table; earliest designated delivery time is approximately 0700 and latest designated pickup time is approximately 2400. Time allocated to individual movements not to exceed one (1) hour. 1. a.3. Responding to changes in the schedule IAW the provision of item 1.a.2 above; Contracting Officers Representative (COR) will notify contractor of schedule changes NLT 12 hours prior to movement requirement. The contractor will designate one primary point of contact (dispatcher) for movement coordination. 1. b Deliverables 1. b.1 Provide names, date of birth and drivers license number of all drivers. 1. b.2 Drivers will have identification badges displayed at all times. 1. b.3 Pick up and delivery of soldiers will be in accordance with Movement Table, attachment, Exhibit A. 1. b.4 Respond to schedule changes coordinated with COR. 1. b.5 Maintain cleanliness of buses. 1. b.6 Designate and provide to COR name and phone number for one primary point of contact (dispatcher) for movement coordination. 1.b.7 Develop a schedule that offers the government the most economical approach to accomplishing this SOW. Movement will generally occur twice per day (once in the morning and once in the evening). 1. b.8 Propose charges for both rolling and lot time. Rolling time is defined as the period in which the contractor is actually moving troops, and lot time is defined as the period in which the contractor and his equipment waiting for the next scheduled movement. Service Contract Act 1965 is applicable and wage determination for Clay County, attachment, Exhibit B. All per diem charges shall be in accordance with Joint Federal Travel Regulations (JFTR) for Clay County, located at http://www.defensetravel.dod.mil/perdiem/perdiemrates.html 1. b.9 Provide Quality Assurance Plan 2. Contractor Performance Evaluation: 2.a.1 Quality Assurance Surveillance Plan: The Customer Contracting Officer Representative (COR) will monitor contractor performance and complete the Quality Assurance Surveillance Plan Worksheet provided below on a monthly basis. The following information will be provided to the Contracting Office to ensure service and/or deliverables support PWS objectives. If the performance rating for any task in this order is Red during any time in the performance period, the customer will provide the Contracting Officer documentation and appropriate action will be taken to remedy the deficiency. The quality rating may change from Green to Red without notice. We anticipate the COR utilizing the Yellow quality rating to alert the contracting office of quality issues that have the potential for a Red quality rating if corrective action is not taken. The Quality Assurance Surveillance Plan Worksheet will be submitted to the Contracting Officer following the first week of performance. The Contracting office will assume a quality performance of Green on all measured deliverables unless otherwise notified. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of Green unless otherwise annotated. The Contracting Officer listed on the award will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the award period of performance, the COR will be asked to complete a Quality Performance Review to document the quality performance rating during the performance period. This will be submitted to the Contracting Officer. The COR may submit a Quality Assurance Surveillance Plan Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. The COR for this award is LTC Paul Chauncey 904-682-3592 or Cell 904-806-5361 RatingDescription GreenYes performance and technical specifications are being met at AQL. YellowYes, performance and technical specifications are currently being met at the minimum AQL, but the following service / deliverable needs contractor attention. The Customer must identify what component of the deliverable and/or service requires attention. RedNo, performance and technical specifications are not being met at AQL and the following service / deliverable needs immediate contractor resolution. The Customer must identify what component of the deliverable and/or service is below the minimum AQL. QUALITY ASSURANCE SURVEILLANCE PLAN WORKSHEET Performance Rating Deliverable/ServiceQuality RatingCausative FactorsEffect on MissionAction Required / Date GreenComments Unnecessary for Green QA Rating. Scheduled Services Yellow Red Response to schedule changes Green Yellow Red Vehicle Cleanliness GreenComments Unnecessary for Green QA Rating Yellow Red Bus Driver(s) has required badges displayed and identify themselves 98% of the time. GreenComments Unnecessary for Green QA Rating Yellow Red Period of Performance: From 06 OCT 2009 to 20 NOV 2009 Number of Hours Actually Worked: _______ (Include only actual hours worked. Do not include non worked holidays, leave, etc. these are included in the rate the Government pays and are not paid as hours worked. ) Reimbursable Expenses: (include receipts) _______ Travel_______ (include approval sheet) Approved by: Date: (Order COR) 3. Work Environment 3.a.1 Contractor shall perform task on government property. All roads to and from training areas are improved surfaces. 3.a.2 A secure bus parking area has been designated for the duration of the exercise; the contractor understands that he may use the designated parking area but remains responsible for the security of his equipment and personnel. 3.a.3 The nearest refuel points and hotels are located in: Starke, Middleburg and Keystone Heights; neither fuel nor lodging are available on Camp Blanding. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items. Evaluation in accordance with FAR 13.106-2 based on price and ability to meet the needs of the Florida National Guard. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT; 52.252-1 -- Provisions Incorporated by Reference (http://farsite.hill.af.mil); 52.233-2 Service of Protest; 252.212-7000 Offeror Representations and Certifications -- Commercial Items. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1); 52.204-4 -- Printed or Copied-Double Sided on Recycled Paper; 52.204-7Central Contractor Registration; 52.212-4 Contract Terms and ConditionsCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dev.); 52.219-6 Notice of Small Business Set-Aside; 52.219-8 -- Utilization of Small Business Concerns; 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-50 Combating Trafficking in Persons; 52.223-5 -- Pollution Prevention and Right to Know Information; 52.225-13 --Restrictions on Certain Foreign Purchases; 52.228-5 -- Insurance -- Work on a Government Installation; 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 -- Protest After award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 5.246-4 Inspection of Services Fixed Price; 52.247-34 -- F.o.b. Destination (NOV 1991); 52.252-2 -- Clauses Incorporated by Reference http://farsite.hill.af.mil); 252.201-7000 Contracting Officers Representative; 252.204-7004 -- Alternate A; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.243-7002 Request for Equitable Adjustment. Proposal submittal requirements: In order to be considered for an order, submit to the Contract Office the following: 1. Submit pricing proposal; 2. Delivery schedule; 3. Submit required information in accordance with provisions listed. Submit offers in response to this synopsis/solicitation to debbie.rice@us.army.mil; OR (USPS Mail) USPFO for Florida, PO Box 1008, St. Augustine, FL 32085-1008; OR (Delivery Address) USPFO for Florida, 189 Marine St., St. Augustine, FL 32084. Offers received after 2:00pm Eastern on the required date of submission may not be considered unless determined to be in the best interest of the government. For information regarding this solicitation, contact Ms Debbie Rice at 904-823-0555. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-09-R-0011/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN01945224-W 20090910/090909084152-3a30cccc69292800632528bcb453b7a4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.