Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2003 FBO #0482
SOLICITATION NOTICE

23 -- Rental of 47 passenger commercial buses, with driver to transport military troops in the Fort Bliss area and transport the troops to their home station or next duty station.

Notice Date
3/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
DABK05-03-R-0013
 
Archive Date
5/31/2003
 
Point of Contact
Melitona Segura, (915) 568-1040
 
E-Mail Address
Email your questions to ACA, Fort Bliss
(seguram@bliss.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/request for proposal (RFP) for the solicitation of commercial buses prepared in accordance with the Format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice . This announcement constitutes the only solicitation. A written solicitation will not be issued. No drawings, specifications, or schematics are available from this agency. Provisions and clauses in effect thought FAC 2001-12 are incorporated and made part of this RFP. The proposal No. is DABK05-03-R-0015. The performance period will be for one year plus four one (1) year options. The request for proposal will result in a firm fixed price requirements contract. Proposals are due 01 April 2003 by 14 00 hrs. The 2002 North American Industry Classification System (NAICS) code for this acquisition is 485510 for Charter Buses. The associated small business size standard is six (6) million. This RFP is full and open competition. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. The Directorate of Contracting at Fort Bliss, Texas requires the following commercial items. Item No. 0001 ? Information only (see sub line items 0001AA, 0001AB and 0001AC below for pricing). Performance period for base year is 04 April 2003 through 03 A pril 2004. Provide Commercial Buses with drivers for mobilization of military personnel within Fort Bliss, Texas; Biggs AAF, Texas; McGregor Range and within the El Paso, Texas area. Buses shall have the capacity of forty seven (47) passengers. The esti mated maximum quantity of buses that may be requested at one time, per delivery order, is 20 buses each with drivers. Buses must be available within eight (8) hours upon notification by the Government. Vendor must provide buses with driver(s) on a 24-hou r basis. Contractor shall be US certified and comply with all DOT (Department of Transportation) Regulation concerning the driving time and safety of each driver. Where applicable a replacement driver must be provided based on DPT Regulation. Vendor mus t ensure that all drivers have a current CDL License. Vendor shall provide maintenance mechanic on a 24 hours basis. Vendor shall provide suitable bus replacement in case of mechanical breakdowns. Vendor shall provide a supervisor to answer question or resolve issues related to day bus operations. Buses shall be delivered to their assignment at a time designated by the Government representative. An itinerary will be provided to the vendor with the issuance of a Delivery Order. Vendor shall ensure that each driver(s) and supervisor have radios/cell phones to communicate with each other. Need pricing for the following subline items: Subitem No. 0001AA Quantity - 100 est. Unit - Days; Subitem No. 0001AB Quantity ? 12 est. Unit - Weeks; Subitem No. 0001AC Quantity ? 900 est. Unit - Hours. Item No. 1001, Subitems 1001AA, AB and AC - Description is same as above for Items 0001 and it?s subitems. Option I Performance period is for One (1) year after expiration of Base Year. Item No. 2001, Subitems 2001 AA, AB, and AC - Description is same as for Items 0001 and it?s subitems. Option II Performance period is for One (1) year after expiration of Option I. Item No. 3001, Subitems 3001 AA, AB, and AC - Description is same as Item 0001 and it?s subitems. Optio n III Performance period is for One (1) year after expiration of Option II. Item No. 4001, Subitems 4001 AA, AB, and AC - Description is same as Item 0001 and it?s subitems. Option IV Performance period is for One (1) year after expiration of Option III. Item No. 0002 Quantity - 70,000 est. Unit ? Days. Performance period for Base year is 04 April 2003 through 03 April 2004. Provide Commercial Buses with drivers to transport troops to their home station or next duty station, in states west of the Miss issippi River, not including Alaska or Hawaii. Buses shall have a 47 passenger capacity and must be equipped with restrooms. The estimated maximum quantity of buses that may be requested at one time, per delivery order, is 20 buses each with drivers. Buses must be available within eight (8) hours upon notification by t he Government. Vendor must provide buses with driver(s) on a 24-hour basis. Contractor shall be US certified and comply with all DOT (Department of Transportation) Regulation concerning the driving time and safety of each driver. Where applicable a repl acement driver must be provided based on DPT Regulation. Contractor must ensure that all drivers have a current CDL License. Contractor shall provide maintenance mechanic on a 24 hours basis. Contractor shall provide suitable bus replacement in case of m echanical breakdowns. Contractor shall provide a supervisor to answer question or resolve issues related to bus operations. Buses shall be delivered to their assignment at a time designated by the Government representative. An itinerary will be provided to the vendor with the issuance of a Delivery Order. Contractor shall ensure that each driver(s) and supervisor have radios/cell phones to communicate with each other. Item No. 1002, Option I - Description same as Item No. 0002. Item No. 2002, Option II ? Description same as Item No. 0002. Item No. 3002 Option III ? Description same as Item No. 0002. Item No. 4002, Option IV ? Description same as Item No. 0002. NOTE: The performance periods for Item Nos. 1002 through 4002 are as stated for options p eriods for Subitems 1001AA, AB and AC throught Subitems 4001AA, AB, and AC. It is the Government?s intention to solicit and negotiate only with companies that own and have the authority to lease buses. The Government may make multiple awards. Contractors who meet the specification and have a fair and resonable price will be con sidered for award. The Contractor with the lowest price will have the opportunity to accept or reject a delivery order. If the quantity of buses required is not available from the low Contractor, the Government will then offer the delivery order to next l ow Contractor. Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2) Offerors must submit a unit price and total amount, based on the unit of issue and a total amount of each and all line items and subitems includ ing options years; 3) Offerors must be able to meet the required delivery schedule. Mail proposals to Directorate of Contracting, Attn: Meli Segura, 2021 Club Road, Fort Bliss, Texas 79916 or FAX to (915) 568-0836. Copies of FAR clauses/provisions may b e accessed via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items must be completed and submitted with the proposal; FAR Clause 52.212-4, Contract Terms and Conditions-Commercia l Items (FEB 2002) is incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (DEC 2001) applies to this RFP and the following clauses cited in the clause apply: 52 .222-21 Prohibition of segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.2 22-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212); 52.222-19 Child labor-Cooperation with Authorities and Remedies (E.O. 13126; 52.225-1 Buy American Act-Balance of Payments Pro gram Supplies (41 U.S.C. 10a-10d); 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration, and 52.222-41 Service Contract Act of 1965, as Amen ded (41U.S.C. 351, et seq.); 52.216-27, Single or Multiple Awards (Oct 1995). The following clauses with fill-ins are apply and are available in full text upon request: 52.216-18 Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995); 52.216-21 Req uirements (Oct 1995); 52.217-90 Option to Extend the Terms of the Contract (Mar 2000); Required Insurance and Wage Determination: 94-2511 Rev 21 dated 05/28/2002. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contrac t resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1)Ability to meet specifications 2) Price. Ability to meet specifications is approximately equal to the price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Th e Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed o r 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 off er (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00287464-W 20030327/030325213630 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.