Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

V -- JBSA-Bus Transportation Services

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
FA3089-15-R-0002
 
Archive Date
10/25/2014
 
Point of Contact
Michael Dargan, Phone: (210) 652-5169, Stephen Kelly, Phone: (210) 652-8882
 
E-Mail Address
michael.dargan.1@us.af.mil, stephen.kelly.1@us.af.mil
(michael.dargan.1@us.af.mil, stephen.kelly.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Synopsis Synopsis: Joint Base San Antonio (JBSA) Randolph, Texas is conducting Market Research for interested contractor's who can meet the minimum requirements for transient bus services, in support of JBSA Lackland, Texas (Please see Important Note #1). Contractor will be required to transport Air Force recruits, basic trainees, civilians, and technical school students to various activities and locations on JBSA Lackland, Texas, Kelly Field Annex, Texas, Lackland Training Annex (LTA), Texas and various other locations in and around San Antonio. Contractor will be responsible for providing all management/supervision, personnel, vehicles, maintenance, equipment, and supplies to cover student training transportation needs for JBSA Lackland, Texas. The transportation requirement includes performing several shuttle runs (including weekends and holidays) by transporting passengers between JBSA Lackland, Texas, locations (Please see Important Note #2). In addition to exclusive service within JBSA Lackland, Texas, the contractor will be required to provide both scheduled and unscheduled transportation throughout JBSA to include the Medina Annex, Texas; Camp Bullis; Texas, JBSA Randolph; Texas, and JBSA Fort Sam Houston, Texas. In addition, bus transportation will also be required to and from the San Antonio International Airport via daily scheduled shuttles and incidental unscheduled service for larger movements. On a limited basis, transportation service may be scheduled to support travel requirements up to 125 miles radius (one-way) from JBSA Lackland, Texas, in support of training operations for JBSA. The contractor must ensure all drivers are familiar with primary and alternate routes for locations throughout the greater San Antonio area, including all military sites. Additionally, the contractor must also provide buses in good working order that meet the mileage/age requirements. The requirements are as follows: contractor shall not operate buses older than ten (10) years in age and buses that have more than 250,000 miles on them. The contractor fleet shall have electronic digital marquee in all assets that are programmable or have a minimum loading capacity of seventy-five (75) destinations. The marquees lettering shall be a minimum of 2 ½" in height and provide between 17 - 20 characters and be visible and readable and standardized for drop-off locations at all times (listed exactly as shown on the schedule provided by the government). The contractor will take directions from the Contracting Officer Representative's office via weekly bus schedules and from the on-duty dispatcher for all add-on runs as well as cancellation and change requests for the current week. The contractor must have a staffed 24 hour Dispatch to ensure transportation requirements are met throughout the day. The contractor will be responsible for providing a variety of vehicles (various seating capacity and handicap accessibility) necessary to transport personnel. All vehicles will be required to comply with federal, state, and local, operational, safety, and environmental guidelines and regulations (Please see Important Note #3). The 502d Contracting Squadron (502 CONS), JBSA Randolph, Texas, is seeking to find out how many qualified companies are interested and capable of providing this type of service (Please see Important Note #4). Important Note #1: The contractor shall be, by time of proposal submission, an approved DoD Carrier in accordance with the Defense Travel Management Office certification requirements. Transportation load for this requirement averages between 180 and 250 runs per day, with an average daily passenger load of 4,650 for an average annual passenger load of 1 million to 1.5 million. This requirement is in direct support of the JBSA San Antonio training mission with primary operation at JBSA Lackland supporting movements throughout San Antonio. Estimated start date for this requirement is 01 October 2015. Important Note #2: Types of bus service the contractor shall support is extra-short trips 0-5 miles, short trips 6-18 miles, regular trips 19-40 miles, stay with bus service, and shuttle bus services NTE 125 miles. The type of bus service is based off customer requirements and workload can fluctuate +/- 10% from historical workload data trends. All scheduled trips will not exceed 125 miles (one-way) from JBSA. Important Note #3: The contractor's vehicle fleet shall be a minimum of 44 passenger bus capacity, equipped with seats that have a minimum width of two (2) feet one (1) inch apart, aisle shall be one (1) foot two (2) inches wide and shall comply with all federal/state laws with the exception of one (1) wheel chair accessible bus which shall have the capacity to move at least 18 passengers to include at least (6) six wheel chairs at one time. Important Note #4: The contractor shall meet program certification requirements established by the Defense Travel Management Office (www.defensetravel.dod.mil) and be an approved DoD carrier prior to proposal submission. This is a Request for Information - NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential offerors capable of providing the item described herein prior to determining the method of acquisition and issuance of a Request for Proposal. All interested parties are advised that the Department of Air Force will not pay for any information or any other administrative costs incurred that are associated with any response received from Industry in response to this Market Survey/Request for Information. Therefore, any costs associated with the Market Survey/Request for Information submissions will be solely at the interested vendor's expense. Any information provided under this market survey is for informational purposes only and will NOT be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in ANY informational sessions is not a promise of future business with the Department of Air Force, JBSA Randolph, Texas. All responses (one response per company) are to be provided on company letterhead. Responses must be received no later than 4:00 P.M., Central Standard Time on 10 October, 2014. All responses must include the following information: 1. Company Name; Company Address; Company Business Size (including your disadvantaged business status, if applicable), DUNS Number, CAGE Code and Point-of-Contact (POC) name, phone number, and e-mail address. JBSA Randolph, Texas intends to use this market survey information, along with information already obtained to establish to support the acquisition strategy. 2. The NAICS code for this effort is 485113 (Bus and other Motor Vehicle Transit Systems) with a size standard of $15,000,000.00. 3. If a phase-in time is required? What is an adequate amount of phase-in time would the contractor need prior to contract performance date? 4. If you are a small business, would you consider submitting a proposal as a prime contractor? 5. For small business consideration, would your firm be able to compete under NAICS 485113? If not, why? Please provide your recommendations concerning the proposed NAICS. It is preferred that all submittals, including attachments, be submitted electronically to the email addresses shown below. Submissions may be provided in a portable document format (pdf); however, Microsoft Word is acceptable as well. Responses must not exceed a total of five (5) pages. Responses larger than five (5) pages will not be reviewed. Points of contacts for this action are Contract Specialist - Mr. Michael Dargan: michael.dargan.1@us.af.mil Contracting Officer - Mr. Stephen R. Kelly: stephen.kelly.1@us.af.mil Contracting Office Address 502 CONS/JBKCA 395 B Street West STE 2 JBSA RANDOLPH TX 78150-4525 TEL: (210) 652-5169 FAX: (210) 652-5135
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/FA3089-15-R-0002/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, 2130 Gray Avenue, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03523508-W 20140924/140923000942-126d62bf880b4ffa3687e185bafd0dd3 (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.