Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

V -- LEASE OF PASSENGER BUSES

Notice Date
10/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Campbell, ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-08-R-0105
 
Response Due
10/10/2008
 
Archive Date
12/9/2008
 
Point of Contact
shirley.banks, 270-798-7857<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Lease of 44 to 55 passenger buses to include routine/preventive Maintenance, minor repairs (i.e., flat tires), and mileage for the period 17 October 2008 through 30 June 2009. This is 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W91248-08-R-0105 is issued as a Request for Proposal(RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. Acquisition is set aside 100% for small business concerns. The NAICS Code is 532120 and the small business size standard is $21,500,000. Performance period for this requirement is 17 October 2008 through 30 June 2009. Anticipated periods and numbers of buses for the requirement are ten(10) buses for 17 October 2008 through 24 October 2008; fifty(50) buses 25 October 2008 through 15 January 2009; twenty five(25) buses for 20 Mar 2009 through 10 April 2009; and ten(10) buses for 1 June 2009 through 12 June 2009. Buses with a minimum capacity of 44 passengers and a maximum capacity of 55 passengers must be available 24/7 and will be used for shuttle service to seven military processing points on Fort Campbell installation only. The Governments requirement consists of approximately 10-50 buses without drivers. Contractor will provide one day of training for government drivers within 5 days of the start of the contract. Firm numbers of buses and dates are estimated and will be used for evaluation purposes. A specific location for reporting for duty and a schedule of designated routes will be provided that must be adhered to and driven continuously until further directed by the designated Government Point of Contact. The Government will provide a 6 to 48 hour notice of dates, times, and number of buses required and a shuttle route. The Government will provide a secure area on the installation where buses may be parked when not in use and a maintenance bay where routine maintenance can be performed, major repairs will be done at a location of contractors choosing off of Fort Campbell. Buses will be released back to the company when they are not required, buses will not be left at Fort Campbell during periods of non-use and shall be moved off Fort Campbell within 10 days of the last date of performance. Buses are required to have air conditioning. All commercial carriers must adhere to the Military Surface Deployment and Distribution Command (SDDC) Military Bus Agreement (MBA). Seat belts are required on all SDDC approved buses but not on school buses. Offerors are invited to submit an offer schedule proposing the numbers and types of buses and the dates available with weekly and daily rates per bus. The schedule must reflect the number of buses without drivers and the number of passengers for each type of bus. Vendors may propose any combination of buses without drivers. All contractors are obligated to comply with generally accepted standards for motor coach operation and maintenance practices. As a minimum, all contractors shall comply with all provisions of applicable statutes and agreements, which may affect safety, and with all Department of Transportation and State regulations, directives, orders, rules, and standards. Compliance with published standards may not, standing alone, constitute compliance with generally accepted standards of operation, training or maintenance. The cleanliness and orderliness of a bus may be valid indicators of the overall maintenance level of the equipment and may have a direct effect on the security and confidence of passengers. Therefore, the carriers failure to keep equipment orderly, and in a good state of repair may be deemed a failure to comply with generally accepted standards of maintenance. Failures that go beyond cosmetic or housekeeping deficiencies may relate in some manner to the safety of equipment and may not be accepted by the Government. A designated Government representative will perform surveys and operational standards checks of service/safety to assure that the carrier meets the standards. Government representative may refuse to accept buses that are unclean or have an offensive odor. All government drivers will be required to be properly licensed and to receive training prior to operation of the buses. A Certificate of Insurance is required for all buses and each successful offeror shall be SDDC approved. The most recent inspection report will be required for school buses. All the provisions in FAR clause 52.212-1 Instructions to Offerors-Commercial Items are applicable with the exception of paragraphs (d) and (e). This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information at http://acqnet.saalt.army.mil/library/default.htm). The provision at 52.212-2 Evaluation-Commercial Items is applicable; The Evaluation Factors are Availability of Equipment, Price and Past Performance; these factors are listed in descending order of importance. To be considered for award, offerors must submit: proof of Carriers Interstate Commerce Commission or Federal Highway Administration (FHA), Certificate of Public Convenience and Necessity, a copy of State Operating Certificates and a copy of the Certificate of Insurance. The Government intends to make award without discussions. The Government may make multiple awards to the responsive and responsible offerors considering price and non-price related factors. Offerors are instructed to submit completed copies of FAR Provision 5 2.212-3 Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; List of buses available for each required period, with bus type, number of passengers and price; Past Performance Survey (attached) should be sent by offerors to their government customers who used the same or similar services with instructions to return the completed survey to Dennis Bertrand by email at dennis.bertrand@us.army.mil or fax surveys to 270-798-7855. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.219-6; 52.228-5; 52.252-2; 252.204-7003; 252.204-7004; 252.223-7006; and 252.243-7001. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable. Wage Determination 05-2187 (Rev.-6) applies to this requirement. Offers are due not later than 3:00 pm, CST, 10 October 2008. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Dennis Bertrand, 2172 13 Street, Fort Campbell, KY 42235-5334. Contact Dennis Bertrand, 270-798-7853, dennis.bertrand@us.army.mil or Ms. June Schiewe, 270-798-3441, linda.j.fletcherschiewe@us.army.mil for information regarding the solicitation. (17)Fort Campbell, Kentucky. (18)Acquisition is One Hundred Percent (100%) Small Business Set Aside. OFFER SCHEDULE CLINDescriptionQuantityPriceTotal 0001590 bus days________________ Qty 10 Buses without drivers starting 17 October 2008 through 15 January 2009 00022,080 bus days________________ Qty 40 Buses without drivers starting 25 October 2008 through 15 January 2009 0003550 bus days________________ Qty 25 Buses without drivers starting 20 March 2009 through 10 April 2009 0004120 bus days________________ Qty 10 Buses without drivers starting 1 June 2009 through 12 June 2009 00053,340 bus days________________ Fluid Charges - Provide minor repairs, perform safety inspections, add fluids, repair minor lighting issues, check tire pressure. $25.00 per bus per day for the period of 3 November 2008 through 12 June 2009. Charges will only be assessed for the days that buses are used. Contractor shall submit proof of servicing each motor coach (date of service, itemized charges.) 0006800 bus days________________ Non-Use Days - $25.00 per Bus, per day for non-use during any period of scheduled use. 0007200 pickups/deliveries________________ Delivery and Pick Up Charges for a total of 50 Motor Coaches 000860 persons trained________________ Drivers Training for Commercial Motor Coaches TOTAL FOR ALL PERIODS $______________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97e00c880ab06e16cd2c4035ae325916&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13.5 & Indiana Streets Fort Campbell KY<br />
Zip Code: 42223-1100<br />
 
Record
SN01686993-W 20081003/081001223100-97e00c880ab06e16cd2c4035ae325916 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.