SOLICITATION NOTICE
V -- Transportation of Military applicants from The Military Entrance Processing Station to various Medical Consultation Sites and return.
- Notice Date
- 3/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-04-Q-0008
- Response Due
- 4/9/2004
- Archive Date
- 6/8/2004
- Point of Contact
- Kara Dixon, 913-684-1628
- E-Mail Address
-
Email your questions to ACA, NRCC, Fort Leavenworth
(kara.dixon@leavenworth.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 CONSTIT UTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W91QF4-04-Q-0008, is issued as a Request for Quotation (RFQ), 100% Set-Aside for Small Business. The solicitation document and inc orporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 and DFARS Change Notice 20020531. The associated North American Industry Classification System (NAICS) code is 485999 and the Standard Industrial Classificat ion (SIC) code is 4119. This acquisition is a Total Small Business Set-Aside. Women-owned, Service Disabled Veteran-Owned Small Businesses (SDVOB), Hub Zone and 8 (a) business are encouraged to participate.*****The Directorate of Contracting (DOC), Ft. Lea venworth, KS has a requirement for transportation of individuals. Transportation will be from the Military Entrance Processing Station (MEPS) located at 10316 N.W. Prairie View Road, Kansas City, MO 64153-1350 to various Medical Consultation sites and ret urn to MEPS. An appointed call officer from the MEPS will contact the awarded company by 10:00 a.m. on the day prior to the day service is to be provided to confirm transportation for a specified number of applicants. At 6:30 a.m. the day of the medical c onsultations the call officer will reconfirm this number with the awarded company. Any cancellations will also be passed on to the awarded company at that time. The Government estimates that a daily maximum of 3 applicants may need transportation to medi cal consultations. Interested parties may obtain a Statement of work by email from Kara.Dixon@leavenworth.army.mil. Offerors shall submit quotes based on scope of work given. The Contracting Officer will evaluate quotes on the basis of information furni shed by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. The transportation Company at a minimum, must meet the industry standard for commercial transportation of individual and applicable state laws for th e State of Missouri. The Government anticipates award of a Firm Fixed Price Basic Ordering Agreement, with the preferred method of payment being the government bankcard. The agreement period shall be from 01 May 2004 or date of agreement award, whichever is later, through 30 April 2005 with two option years. Offerors should submit with their quotation: (1) Cost proposal which shows each individual service to be performed, proposed unit cost per individual; (2) Supporting information for proposed functiona l, or service characteristics specified above; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ?????? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor??????s Duns and Bradstreet (DUNS) number; (5) Contractor??????s Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitat ion: 52.212-4 Contract Terms and Conditions ?????? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ?????? Commercial Items (MAY 2002) applies to this acquisition, to include th e following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-26, Equal Oppor tunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-3 6, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (J UL 2000); FAR 52.232-36 Payment by Third Party; FAR 52.222-41, Service Contract Act of 1965 (MAY 1989); Wage Determination No: 94-2307 REV (26) AREA: MO, KANSAS CITY dated August 29, 2003 may be obtained by accessing the website: http://www.WDOL.gov; FA R 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996); FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor??????s Regist ration (NOV 2001); DFARS 252.204-7004, Required Central Contractor??????s Registration (NOV 2001); DFARS 252.204-7001, Commercial And government Entity (CAGE) Code Reporting (AUG 1999); DFAS 252.204-7003 Control Of Government Personnel Work Product (APR 1 992); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998); DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991); DFARS 252.247-7006 Removal of Contractor??????s Employees (DEC 1991); DFARS 252.247-7007 Liability and In surance (DEC 1991); Local Clause 52.217-4006 REQUIRED INSURANCE COVERAGE (4006) In conjunction with FAR Clause No. 52.228-5 entitled Insurance Work on a Government Installation the Contractor's insurance Coverage shall include the following types with the minimum amounts of liability indicated herein Type and minimum amount Workmen's Compensation and Employer??????s Liability $100,000, Comprehensive General Liability $500,000 (Bodily Injury) Per Occurrence, Comprehensive Automobile Liability $200,000/$500,000 (Bodily I njury) Per Occurrence $20,000, (Property Damage) Per Occurrence. All interested, responsible firms should submit quotes (Original Plus One Copy of Quote and Enclosures) no later than 2:00 P.M. (CST), 09 April 2004, to the following address: Attn: Kara P. Dixon, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this quotation should be directed to Kara P. Dixon, (913) 684-1628 or email kara.dixon@leavenworth.army.mil. Alternate point of conta ct is Frank Sharshel at (913) 684-1632. Faxed quotes will NOT be accepted. Copies of the above reference clauses are available at http://web1.deskbook.osd.mil/htmlfiles/rlcats.asp. Please not that any amendments to this Solicitation shall be processed in the manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://procure.arc.nasa.gov for use in preparation of quotation submission. Contractors mus t be registered in the Central Contractor??????s Registration database (www.ccr.gov) prior to the award of any Government Contract.
- Place of Performance
- Address: Military Entrance Processing Station (MEPS) 10316 N.W. Prairie View Road Kansas City MO
- Zip Code: 64153-1350
- Country: US
- Zip Code: 64153-1350
- Record
- SN00550670-W 20040321/040319212201 (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 |