Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

99 -- Sandy Hook, NY - Beach Shuttle Bus Service for Gateway National Recreation Area, Sandy Hook Unit

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - GATE Gateway National Recreation Area HQs GNRA210 New York Avenue Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1770105003
 
Response Due
5/21/2010
 
Archive Date
5/19/2011
 
Point of Contact
Robert Fraser Jennings NPNH MABO Lead 7183544610 Fraser_Jennings@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Announcement Modification 5 changes:Establishes a new quote deadline of 5/21/10Bus capacity changed to be equal to or greater than 28 passengersRemove the requirement for having handicap access on each bus and establishes performance criteria for the operator to provide service to handicap vistors. See paragraph on requirements. Additionally, interested parties are reminded that to be considered for award qoutes must acknowledge the requirements, quote the base year plus the two options, and provide three references. Announcement Modification 4 changes:Bus capacity liste in vehicle specifications is changed from " between 30 and 48 passengers" to "28 to 48 passengers". All other requirements stay the same. Announcement Modification 3 changes:1 adds questions received with answers 2. adds the requirement to provide three references of past performance on similiar work3. extends quote due date to 10:30 AM on May 18, 2010 (i) 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. (ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. (iii) This solicitation is a total small business set-aside, NAICS Code 485510. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. Statement of Work (included below). (v) LOCATION: Gateway National Recreation AreaSandy Hook Unit 58 Magruder RoadFort Hancock, NJ 07732 (vi) SCHEDULE of SUBMISSIONS: Monthly invoices reflecting incured costs relative to the total period of task performance with One (1) final invoice must be submitted after successful delivery, installation, and acceptance for each period of task performance. Additional submissions identified in the Statement of Work Below. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: 1. Detailed specifications including all descriptive and technical literature to be used during this project 2. A firm fixed price quote using the Bid Schedule included below.3. Three (3) references of the proposed services within the past five years4. Name, phone number, and address of your point of contact. (x) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria: 3 to 5 years experience performing services. (xi) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xii) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, 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 - Commercial Items, with paragraph (b) clauses indicated by number 6, 8, 18, 19, 21, 22, 24, 31, 38, and paragraph (c) clauses indicated by number 1, 2. (xiii) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. (xiv) Offers must be submitted via email to fraser_jennings@nps.gov. The contact phone number is 718-354-4610. The due date and time is May 21, 2010 at 3:30pm ET. (xv) Applicable Wage Determination: WD 05-2351 (Rev.-7) was first posted on www.wdol.gov on 08/04/2009 The following question were received on May 14. Answers are provided for all interested parties: 1. Can responses be turned in electronically? Yes2. Is this project reserved exclusively for small-business enterprises? Yes, but if we don't receive any small-business quote we will convert to unrestricted.3. This appears to be a federal government service contract. If so, do you know the applicable wage determination number and revision date? As posted on the announcement - (xv) Applicable Wage Determination: WD 05-2351 (Rev.-7) was first posted on www.wdol.gov on 08/04/2009 4. There will likely be a need for up to four buses to provide sufficient spare vehicles to operate the service. Will the Park Service provide a location to park the buses? Yes5. Do you know if there is a nearby fueling station that has diesel fuel available? Within 5 miles6. Will the park service make available any office space for the shuttle bus contractor? Office space can be made available for a rental charge7. Do you know the anticipated miles and hours of operation per day? Miles would be 30 - 45 per day. Actual operation time would be around 4 hours a day8. Is this shuttle bus service a new service or has it operated previously?The service was previously provided by the ferry operator.9. When do you anticipate award of this contract? Anticipated award date is 20 May 2010 Statement of Work The Service Provider shall perform the tasks contained in this scope of work for the National Park Service (NPS) as described herein. CONFIDENTIALITY: The information developed under this Scope of Work is the property of the National Park Service, a federal agency, and shall be kept in strict confidence. PERFORMANCE PERIOD: This contract provides for the base contract period of contract award through November 30 2010 with options for two additional contract periods of starting December 1 2010 and ending on September 3, 2012. Options one will have contract periods of December 1 2010 through November 30, 2011. Option two will have a contract period of December 1, 2011 through September 3, 2012. Task performance each year will be from the Saturday before Memorial Day through Labor Day of each year. Services defined in the Scope of Work shall be performed during each task period. FORM OF CONTRACT: Contract shall be issued by the NPS, signed by all parties, and shall include this Scope of Work by reference. Contract shall be reviewed and approved by all parties prior to signature. PROJECT IDENTIFICATION: This Scope of Work shall consist of the services described herein. NPS point of contact is Pete McCarthy Unit Coordinator Sandy Hook Unit GNRA 732-872-5913. Please contact him regarding all questions related to this scope of work. For work of this contract, the Contracting Officer (CO) is Yeny Reyes 212-363-3206 ext 120. The contracting officer's representative (COR) is Lori Achkar 718-354-4715. The contracting officer's technical representative (COTR) is Jim Grant Project Manager, NPS Gateway NRA (718) 354-4620. SUBMITTAL DEADLINE: Submit proposal, no later than 3:30pm May 21, 2010. SERVICES TO BE PROVIDED: The Service Provider shall provide the following: 1)Provide all manpower, equipment, fuel and services to perform all tasks necessary to operate all shuttle services. Refueling will be the responsibility of the Service Provider. 2)Begin shuttle bus service on the Saturday before Memorial Day and continue daily service through Labor Day (101 days) during the times defined in the attached Schedule. 3)Equipment requirements include: two 30 to 48 (maximum) passenger buses The buses shall be handicap accessible for boarding and seating according to federal accessibility and Department of Transportation (DOT) regulations. 4) The operator shall ensure that reserve buses are available to bring into service to ensure equipment failure does not lead to any interruption of the contracted schedule. 5)Provide a bus service using two buses that connects the Sandy Hook Ferry Dock located within Fort Hancock with the following destinations: Sandy Hook Museum, North Beach Center, Gunnison Beach Center, Parking Lot E and Parking Lot D. Stops will alternate during the day. See Schedule A & B for details and map of route. 6)Provide the frequency of service, duration of stops and rotation of stops as shown below. NOTE: Maps of the bus route are available by contacting Fraser Jennings at fraser_jennings@nps.gov. Monday - Friday ARRIVAL (Ferry Landing).......... A 9:30am..........Gunnison Beach........... North Beach 11:45am Gunnison Beach....... North Beach B 9:30am..........Beach Area E 11:45am Beach Area E LEAVING (shuttle stop pickup to ferry) A 12:55pm p/u Gunnison............. 1:00pm p/u N.Beach 1:55pm p/u Gunnison............... 2:00pm p/u N.Beach 3:50pm p/u Gunnison............... 3:55pm p/u N.Beach B 1:15pm..........Beach Area E 2:15pm..........Beach Area E 3:40pm..........Beach Area E FERRY DEPARTS at 4:10 pm Saturday and SundayARRIVAL (ferry landing)A 8:50 am.......... Gunnison Beach............North Beach 11:35 am.......... Gunnison Beach............North Beach B 8:50 am.......... Beach Area E 11:35 am.......... Beach Area E LEAVING (shuttle stops back to ferry)A 2:10pm p/u Gunnison...............2:15pm p/u N.Beach 3:10pm p/u Gunnison...............3:15pm p/u N.Beach 4:10pm p/u Gunnison...............4:15pm p/u N.Beach 5:10pm p/u Gunnison...............5:15pm p/u N.Beach B 2:30pm.......... Beach Area E 3:15pm.......... Beach Area E 4:30pm.......... Beach Area E 5:15pm.......... Beach Area EFERRY DEPARTS at 3:45pm and 5:45pm. NOTE: Maps of the bus route are available by contacting Fraser Jennings at fraser_jennings@nps.gov. 7)Provide service free of charge to visitors. 8)Coordinate with the National Park Service in conducting training to shuttle personnel to assure the highest quality guest service. This includes providing an overview of the park's particular attractions, as well as, driving test runs to coordinate the run. 9)In the event of any instance occurring that causes a bus to be delayed greater than 20 minutes the operator will immediately notify Pete McCarthy at 917-295-1518 SUBMITTALS: Service Provider must submit the following for review and approval within five (5) workdays of contract award but not later than May 24th whichever is earlier: a.A proposed training program (described under "Employee Training", e including a schedule which includes a training period for all driversb.Written proof that all proposed drivers have cleared drug testing (medical certification). Drug testing must meet the federal Department of Transportation (DOT) regulations.c.The type of vehicle to be driven. d.Proof of required insurance coverage.( see "Liability", item 1, below.)e.Standard operating procedures (see Standard Operating Procedure", below) OPERATION RESPONSIBILTIESThe contractor shall provide all vehicles/coaches needed to perform this service.Number of Buses: Two buses in service at all times to meet the schedule.At a minimum the vehicles must meet the following specifications:"Buses shall be enclosed."Buses must have windows, heat and air conditioning. Such heating and air-conditioning systems shall maintain the passenger compartment at temperatures between 65 degrees F and 85 degrees F."Buses must meet all applicable New Jersey Vehicle Code, Interstate Commerce Commission, and New Jersey Public Utilities Commission requirements." Equipment requirements include: two passenger buses with capacity configuration greater equal to or greater than 28 passengers The operator will provide for transportation of handicap individuals within 15 minutes of arrival at the Sandy Hook ferry dock and within 30 minutes of notification of the need for return. The shuttle operator will establish a communication protocol with the ferry operator that ensures advance notice of the need for handicap transportation. Additionally, the operator will provide each individual arriving at Sandy Hook needing handicap transportation, with the ability to arrange for departure transportation with 30 minute notice. While this arrangement can utilize the visitor's cell phone it cannot require the use of a visitor's cell phone. The implementation process for complying with this performance requirement is at the discretion of the operator. This can be done by having both buses configured with handicap access or having just one bust configured with handicap access, or having a handicap accessible bus on standby, or some other method that fulfills the requirement. Transportation to meet this requirement shall be provided according to federal accessibility and Department of Transportation (DOT) regulations. "Two-way programmable radios must be equipped in each bus for communications to the contractor's dispatch and other buses. "Operators: Bus Operators shall possess valid commercial operator's licenses in the State of NJ."Safety Compliance: All buses and bus drivers must meet pertinent safety requirements as identified in Section H."All vehicles utilized in service shall be clean and have an acceptable appearance. "Any vehicle that the NPS determines is not sufficiently clean or has an unsuitable appearance shall be replaced with a safe and suitable vehicle.Emissions by the vehicles is a major concern of the NPS. All units must be maintained in a clean burning state so that emissions are minimized and so park visitors and residents are not subjected to exhaust fumes during idling or moving stages. Diesel buses must be turned off if idled for more than 5 minutes. Adaptive measures will be required if problems are noted. Buses must meet current state and federal emission standards and be tested regularly. Maintenance of Equipment The Service Provider shall throughout the contract term maintain buses in good repair, working order and operating condition, and in compliance with applicable law and industry regulations, including, without limitation, FTA regulations. Employee Training The Service Provider shall submit a complete description of its proposed training program and discuss how the contractor shall ensure that its employees will be trained so that they operate the vehicles safely and properly and treat all users, in a courteous, safe, and respectful manner. The training program description shall include all training and testing required by local, state, and federal regulations, to include but not limited to drug and alcohol training. The training program description shall state the number of hours associated with each aspect of training. Standard Operating Procedure The Service Provider shall submit a copy of its Standard Operating Procedure. Operating procedures described should, at a minimum, describeDispatching and SupervisionRadio communicationPre-trip vehicle inspectionVehicle breakdowns and replacement to insure continued serviceAccidentsSerious incidentsCustomer conflictsDrug and alcohol testing policy and procedure Blood borne pathogens policy and procedureSexual harassmentAssisting persons with special needs LIABILITY: The Service Provider shall be fully responsible for the acts and omissions of its representatives, employees, contractors and subcontractors connected with the performance of this agreement. The Service Provider, in furtherance of and as an expense of this Agreement shall: 1.Procure public and employee liability insurance from a responsible company or companies with a minimum limitation of one million dollars ($1,000,000) per person for any one claim, and an aggregate limitation of three million dollars ($3,000,000) for any number of claims arising from any one incident. The policies shall name the United States as an additional insured, shall specify that the insured shall have no right of subrogation against the United States for payments of any premiums or deductibles due thereunder, and shall specify that the insurance shall be assumed by, be for the account of, and be at the insured's sole risk. Prior to beginning the work authorized herein, the Service Provider shall provide with confirmation of such insurance coverage; and 2.Pay the United States the full value for all damages to the lands or other property of the United States only to the extent caused by The Service Provider, its employees, contractors or subcontractors in the performance of this Agreement. 3.Indemnify, save and hold harmless, and defend the United States against all fines, claims, damages, losses, judgments, and expenses arising out of, or from and only to the extent of any act or omission of the Service Provider, its employees, contractors or subcontractors in the performance of this Agreement. FEE AND PAYMENT: NPS obligation for performance of this contract beyond the scope of work is contingent upon the availability of funds from which payment for contract purposes can be made. No legal liability on the part of NPS for any payment may arise for performance under this contract beyond the amount that has been authorized through the issuance of the scope of work/contract. The firm-fixed price negotiated as the maximum contract amount for all services described in the scope of work and contract shall be changed only by approved amendment prior to any expenditure to be made under such amendment. No amendments under this contract are anticipated. Monthly payments to the Service Provider shall be made on the basis of proper and acceptable invoices submitted monthly for the actual cost of services completed by the Service Provider. Original invoices are to be mailed directly to NPS, attention Jim Grant, 210 New York Avenue, Staten Island, NY 10305.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1770105003/listing.html)
 
Place of Performance
Address: Gateway National Recreation AreaSandy Hook Unit58 Margruder RoadFort Hancock, NY 07731
Zip Code: 07732
 
Record
SN02154638-W 20100521/100519235415-4dd1758a76677a8a775ae593c5a450c6 (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.