Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SPECIAL NOTICE

V -- Small Business Event Notice of intent to award a sole source, Justification and Approval, contract extension modification.

Notice Date
11/20/2012
 
Notice Type
Special Notice
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX09C0003P13
 
Archive Date
2/18/2013
 
Point of Contact
Valerie Shipman, 785-239-5541
 
E-Mail Address
MICC - Fort Riley
(valerie.shipman@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
No solicitation document is available and telephone requests for technical information will not be honored. No contract will be awarded on a basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. This is the required 'notice of proposed contract action to award a sole source contract period of performance extension modification. Under the authority of Federal Acquisition Regulation 6.302-1(A) (substantial duplication of cost), the Mission and Installation Contracting Command, Mission Contracting Office at Fort Riley, KS intends to contract with Junction City - Fort Riley Manhattan Transportation Company, Inc., 301 E 4th St, Junction City, KS 66441 on a sole source basis for school bus service for the schools within the Unified School District 475 area located on Fort Riley, Kansas. The projected period of performance at the maximum, is four (4) months. At the minimum, optional periods of performance may be exercised monthly up to the maximum. Pricing for this option period was not obtained during the solicitation and therefore could not be evaluated. Current third (3rd ) option year pricing will be utilized during the four (4) month extension period. The reason that this short duration contract action is being performed is, the Federal Government requirement specifications have changed and are even now evolving due to the Unified School District and Fort Riley are redefining roles, responsibilities, and needs. This current action completes the current school session and allows time for any potential follow-on requirement to be well defined and competitively awarded. SOW: The Contractor shall furnish all labor, equipment, maintenance, service, fuel, supplies, and accessories and perform all work necessary to furnish additional school bus services with drivers to transport school children residing on Fort Riley to and from the appropriate Fort Riley schools. Transportation shall be provided for students enrolled in Before and After School Program, grades 1-8, each school day from the designated pick up point and the following schools: Fort Riley Elementary, Jefferson Elementary, Custer Hill Elementary, Morris Hill Elementary, Ware Elementary, and Fort Riley Middle School. Historical data indicates approximately 225 students will require transportation. Bus route shall be determined based on enrollment from USD 475. 31 Jan 2013 - 31 May 2013. Any response to this notice must show clear and convincing evidence that competition for this four month performance period would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, availability, pricing, and other information that demonstrates their ability to meet the Governments needs at a comparable price no later than the 15th day after this notice is posted. Detailed capabilities must be submitted to the Mission Contracting Office Fort Riley, Attn.: W911RX09C0003; 1792 12th Street; Fort Riley, KS 66442. This synopsis is not considered a request for bid/quote/proposal. No solicitation document is available and telephone requests for technical information will not be honored. No contract will be awarded on a basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. IAW FAR 5.207(c)(16)(ii) for FAR 6.302-1 Authority, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. POC, e-mail, and fax: Valerie J. Shipman, valerie.j.shipman.civ@mail.mil, 785-239-9081.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/feadca394a1112148f513fab2c796797)
 
Record
SN02935128-W 20121122/121120235126-feadca394a1112148f513fab2c796797 (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.