SOLICITATION NOTICE
V -- Commercial VIP bus with drive for PWC San Diego
- Notice Date
- 8/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024404R0080
- Response Due
- 8/23/2004
- Archive Date
- 9/22/2004
- Point of Contact
- Jessica Dunker 619-532-2588 Contract Specialist @ 619-532-2588
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-04-R-0080 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mi! l. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and DFAR Change Notices effective through 6/8/04. The standard industrial code is 4141 (NAICS 485510) and the business size standard is $6 million. The agency need is for a commercial VIP bus service with driver. The requirement is for a fixed priced contract for a base year commencing 10/1/04 - 9/30/05 and four one-year options thereafter. The contract is estimated for 450 hours per fiscal year; quotes are being requested for an hourly rate. Please also provide any cancellation charges, which may be applicable if the Government cancels the service. Buses are to be equipped with air-conditioning, bathroom, video and microphone capability and they must not be older than 1996. Buses should have a capacity of forty-four (44) or more passengers; local service will not exceed 50 miles in any one direction with a minimum of 4 hours. Bus dr! iver shall be qualified and hold current California state license and endorsement. The Government reserves the right to inspect licenses at any time. Driver shall remain with the bus at all times. The Government will provide pick-up and drop-off locations at the time of order. Driver gratuity of 10% shall be included in price and no PUC tax shall be charged. The duration of services is typically for one-day, but may extend beyond a one-day period. The amount of buses required at any one time may be from one to ten coach type buses. The Contractor who provides this service must be DOD approved and must remain approved for the duration of this contract. The Approved List is located at www.sddc.army.mil; if you click on passenger in the upper right hand corner, then bus carriers along the left hand side, you will find both the Approved Carrier list and the Military Bus Agreement, which all carriers must sign. The Military Surface Deployment & Distribution Command has c! ontract inspectors who inspect Contractor facilities and equipment, and they also monitor for current insurance and drug and alcohol testing of the drivers. All Contractors shall provide two previous contracts with names and phone numbers of either Government agencies or other commercial companies for reference with your proposal. Contractor shall quote in accordance with solicitation; base year plus four one-year options. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; and FAR 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equ! al Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhea! d, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 8/23/04, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note 1.
- Web Link
-
click here to download a hard copy of the RFP
(http://www.neco.navy.mil)
- Record
- SN00640850-W 20040812/040810212814 (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 |