Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

R -- WJPC Transportation Services, Oct 15-26, 2018 - PWS Bus Transportation Services, Oct 15-26, 2018

Notice Date
8/17/2018
 
Notice Type
Cancellation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-18-0086
 
Archive Date
9/13/2018
 
Point of Contact
Constance House, Phone: 703-697-9961
 
E-Mail Address
constance.v.house.civ@mail.mil
(constance.v.house.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Tentative Bus Schedule WJPC (Perry Center) SDP Oct 15-26, 2018 Performance Work Statement (PWS) requires bus transportation services for approximately 90 participants at the WJPC Fort McNair, Washington DC. The period of performance shall be Oct 15-26, 2018. i) This 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; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013-18-Q-0086 is issued as a Request for Quote (RFQ) 100% small business set-aside. Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-99, effective June 15, 2018. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This requirement is to provide bus transportation services for the William J. Perry Center for Hemispheric Defense Studies, SDP Course. The charter bus transportation services shall be for approximately 90 participants to and from regional center events in the Washington, DC metropolitan area (including surrounding areas of Virginia and Maryland). The transportation services shall be an approved Defense Travel Management Office (DTMO) bus carrier. The applicable North American Classification System (NAICS) code is 485510, Charter Bus Industry. The small business size standard is $15.0 million. (v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Period of Performance: October 15-26, 2018 The Government reservies the right to cancel contract without penalty if a national emergency dicitates canceling or curtailing seminar(s). (vi) This requirement is to provide bus transportation services as specified in the PWS and the attached Tentative Bus Schedule for the Perry Center SDP October 2018. (x) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, (OCT 2014) applies to this acquisition. (xi) A single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote, as determined by the evaluation criteria herein with due consideration to the order of importance. (xii) Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Proposals will be evaluated on an "acceptable" or "unacceptable" basis. Proposals will be evaluated for acceptability, but not ranked using the non-price factors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor. The Evaluation Factors are: 1. Technical Capabiility: a. Offeror must be a DoD approved carrier by DTMO and listed on the Military Bus Program. Offeror must adhere to the terms and conditions of the Surface Deployment and Distribution Command (SDDC) DoD Military Bus Agreement (MBA) and addendum standards, terms and conditions. Bus transportation services must be safe, reliable, and delivered on time by courteous personnel using clean, comfortable, mechanically sound equipment in compliance with MBA standards. b. Offeror must provide experienced, licensed drivers who are familiar with the metropolitan Washington, D.C. and Virginia area; contractor shall provide the driver with the schedule as provided by the William J. Perry Center and any updates thereafter. Charter bus transportation required for 90 participants \s. Dates and times are subject to change with late notice; vendor must be capable of accommodating changes. c. Offeror must provide the William J. Perry Center with a driver's assignment sheet to include the bus driver's name, social security number, state driver's license number and telephone contact number. The bus make/model and vehicle identification number and state tag number is also required to the William J. Perry Center. This information is required for security purposes at various DoD and Federal Government locations and shall be provided to the William J. Perry Center within seven (7) working days prior to the start of the course. If time does not allow for 7 days advance prior to the start date, information to be provided as soon as possible after award. 2. Past Performance: Past Performance: The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval (PPIRS), when evaluating the past performance. 3. Price: The proposed price is to address the requirements stated in the attached PWS for the Bus Transportation Services for the Tentative Bus Schedule for the Perry Center SDP October 2018 for the period of performance of October 15-26 2018. (Xv) Price - The Government will determine if the price is fair and reasonable in accordance with FAR 13.106-3. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards. (xvi) Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Nov 2015) 52.203-3, Gratuities (Apr 1984) 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern (O52.219-6 Notice of Small Business Set-Aside (NOV 2011) (15.U.S.C. 644)ct 2014) 52.219-6 Notice of Small Business Set-Aside (NOV 2011) (15.U.S. 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Jan 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Request for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) (xvii) Submission Requirements: Offerors quote shall demonstrate ability to support the services identified in the attached PWS and Schedule. Submission must include evidence of experienced, licensed drivers who are familiar with the metropolitan Washington, D.C. and Virginia area. Offerors quotes must include evidence of being a DoD approved carrier by DTMO and listed on the Military Bus Program. Questions shall be submitted by Wednesday, August 22, 2018, 11:00 am EST. Quotes shall be submitted by Wednesday, August 29, 2018, 11:00 am EST. Quotes shall include offeror's CAGE Code and DUNS number and submitted via email to constance.v.house.civ@mail.mil with the Subject Line: "HQ0013-18-Q-0086, Bus Transportation Services for SDP Course, Oct 15-26 2018. The contracting officer for this solicitation is erwin.c.cablay.civ@mail.mil. Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-18-0086/listing.html)
 
Place of Performance
Address: William J Perry Center (WJPC), 260 5th Ave Building 64, Rm 3203, Fort McNair, Washington, Delaware, 20319, United States
Zip Code: 20319
 
Record
SN05044022-W 20180819/180817231257-52b340e4366231c91b49d51a2bd3fbde (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.