Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

V -- OPTION - Bus Services

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BLDG 111 PERSHING RD, FORT BLISS, TX 79916
 
ZIP Code
79916
 
Solicitation Number
awefrawet
 
Response Due
5/22/2017
 
Archive Date
11/18/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is awefrawet and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 485510 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-22 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Fort Bliss requires the following items, Meet or Exceed, to the following: Base Period of Performance: 08/01/2017 - 12/31/2017 LI 001: Contractor will Providing bus services in accordance IAW PWS and Bus Schedule See Attach to load And unload Japanese personnel and baggage arriving from El Paso International Airport to Fort Bliss and upon request (up to 5 times per year) to Fort Bliss surrounding area (5 mile radius of Fort Bliss). Additionally, provide bus services in accordance with schedule to be determined to Load and unload Japanese personnel and baggage at Fort Bliss, building 1009 and transport Personnel and baggage to El Paso International Airport. Period of Performance: 08/01/2017 - 12/31/2017 Option 1: 08/01/2018 - 12/31/2018 Option 2: 01/2019 - 12/31/2019 Place of Performance: Building 1009 Fort Bliss and Fort Bliss surrounding area (5 mile Radius) and El Paso International Airport, El Paso, TX. Specifications: (IAW PWS See Attach). 1. will provide one (1) to four (4) 55 passenger charter bus trips per requested day For a contract total of eighty (80) 55 passenger charter bus trips during the period Of performance 1 August 2017 to 31 December 2017 with a 2 year option. 2. will provide bus services in accordance with schedule unload Japanese personnel And baggage to / from El Paso International Airport and Fort Bliss building 1009 And upon request (up to 5 times per year) to Fort Bliss surrounding area (5 mile Radius of Fort Bliss). Vehicle Specifications: (IAW PWS See Attach). 1. Employees will wear company uniform and maintain a neat, clean appearance 2. Vehicles will be washed/cleaned on the outside daily and on the inside after trip., 40, each; LI 002: will provide 40 each 55 pass bus charter bus opt year 1. (IAW PWS See Attach)., 40, each; LI 003: will provide 40 each 55 pass bus charter bus opt year 1. (IAW PWS See Attach)., 40, each; Option 1 Period of Performance: 08/01/2018 - 12/31/2018 LI 001: Charter 55 Passenger Bus Service: This requirement is for transportation of personnel and baggage to / from El Paso International Airport and Fort Bliss Texas. (IAW PWS See Attach)., 40, each; LI 002: Patriot 40 each 55 pass bus opt yr 1. (IAW PWS See Attach)., 40, each; LI 003: Patriot 40 each 55 pass bus opt yr 2. (IAW PWS See Attach)., 40, each; Option 2 Period of Performance: 08/01/2019 - 12/31/2019 LI 001: Charter 55 Passenger Bus Service: This requirement is for transportation of personnel and baggage to / from El Paso International Airport and Fort Bliss Texas. (IAW PWS See Attach)., 40, each; LI 002: Patriot 40 each 55 pass bus opt yr 1. (IAW PWS See Attach)., 40, each; LI 003: Patriot 40 each 55 pass bus opt yr 2. (IAW PWS See Attach)., 40, each; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bliss intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bliss is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. System for Award Management JUL 2013 Personal Identity Verification of Contractor Personnel JAN 2011 System for Award Management Maintenance JUL 2013 Contractor Use of Mandatory Sources of Supply or Services MAY 2014 Notice Of Total Small Business Set-Aside NOV 2011 Limitations On Subcontracting NOV 2011 Convict Labor JUN 2003 Child Labor -- Cooperation with Authorities and Remedies FEB 2016 Prohibition Of Segregated Facilities APR 2015 Equal Opportunity APR 2015 Equal Opportunity for Veterans OCT 2015 Equal Opportunity for Workers with Disabilities JUL 2014 Combating Trafficking in Persons MAR 2015 Pollution Prevention and Right-to-Know Information MAY 2011 Drug-Free Workplace MAY 2001 Waste Reduction Program MAY 2011 Ozone-Depleting Substances MAY 2001 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 Restrictions on Certain Foreign Purchases JUN 2008 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 Protest After Award AUG 1996 Applicable Law for Breach of Contract Claim OCT 2004 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 Contractor Inspection Requirements APR 1984 Requirements Relating to Compensation of Former DoD Officials SEP 2011 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010) FEB 2015 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015- O0010) FEB 2015 Control Of Government Personnel Work Product APR 1992 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 Buy American And Balance Of Payments Program-- Basic (Nov 2014) Electronic Submission of Payment Requests and Receiving Reports JUN 2012 Levies on Contract Payments DEC 2006 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2016) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (DEVIATION 2013-O0019) (FEB 2016) POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) AVAILABILITY OF FUNDS APR 1984 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR APR 1984 This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012 (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Inclue the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (a) Definitions. As used in this clause Central Contractor Registration (CCR) database means the retired primary Government repository for Contractor information required for the conduct of business with the Government. Commercial and Government Entity (CAGE) code means (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an NCAGE code. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System+4 (DUNS+4) number means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. Registered in the SAM database means that (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor s CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record Active . The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. System for Award Management (SAM) means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day s written notification of its intention to (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) System for Award Management JUL 2013 Personal Identity Verification of Contractor Personnel JAN 2011 System for Award Management Maintenance JUL 2013 Contractor Use of Mandatory Sources of Supply or Services MAY 2014 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. OCT 2015 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 Contract Terms and Conditions--Commercial Items MAY 2015 Notice Of Total Small Business Set-Aside NOV 2011 Limitations On Subcontracting NOV 2011 Convict Labor JUN 2003 Child Labor -- Cooperation with Authorities and Remedies FEB 2016 Prohibition Of Segregated Facilities APR 2015 Equal Opportunity APR 2015 Equal Opportunity for Veterans OCT 2015 Equal Opportunity for Workers with Disabilities JUL 2014 Combating Trafficking in Persons MAR 2015 Pollution Prevention and Right-to-Know Information MAY 2011 Drug-Free Workplace MAY 2001 Waste Reduction Program MAY 2011 Ozone-Depleting Substances MAY 2001 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 Restrictions on Certain Foreign Purchases JUN 2008 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 Protest After Award AUG 1996 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 Contractor Inspection Requirements APR 1984 Requirements Relating to Compensation of Former DoD Officials SEP 2011 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010) FEB 2015 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015- O0010) FEB 2015 Control Of Government Personnel Work Product APR 1992 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 Buy American And Balance Of Payments Program-- Basic (Nov 2014) NOV 2014 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 Levies on Contract Payments DEC 2006 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2016) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (DEVIATION 2013-O0019) (FEB 2016) POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e443bb6b30af7f51fd83e49ef5d5aab0)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04479074-W 20170422/170420234723-e443bb6b30af7f51fd83e49ef5d5aab0 (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.