Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOLICITATION NOTICE

V -- Bridging the Watershed Busing Transportation

Notice Date
6/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3000090457
 
Response Due
7/30/2009
 
Archive Date
6/23/2010
 
Point of Contact
Christopher N. Bell Contract Specialist 2026196368 Chris_bell@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation No. Q3000090457 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 485510; with a small business size standard of $7 million of annual gross revenues of the total concern for the last 3 years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. This procurement is a commercial item. The estimated magnitude of this procurement is between $70,000 and $80,000.00. In accordance with Federal Acquisition Regulation Chapter 19.202a, Each acquisition of supplies or services that has an anticipated dollar value exceeding $3,000, but not over $100,000, is automatically reserved exclusively for small business concerns and shall be set aside for small business Bridging the Watershed Busing Transportation Q3000090457Fixed Price - Indefinite-Delivery/Requirements Contract Background: Bridging the Watershed is a partnership education program with the National Park Service, the Alice Ferguson Foundation, and multiple school districts, providing both classroom and field study experiences for high school students using national parks as learning laboratories for the hands-on study of science and the history and culture of the Potomac Watershed. Teachers are trained in institutes, and then conduct classroom activities to prepare for a 4 hour field study in participating national parks, and then do follow up activities using the data collected in the national park. Requirements: Bus Transportation Service: The Contractor shall provide an enclosed passenger bus for the roundtrip transportation of school children, educators and Park representatives between selected schools and scheduled participating park sites. The contractor shall furnish the necessary personnel, material, equipment, services, and facilities required to support the safe operation of the vehicles. The Contractor shall transport students from school districts in the following areas: Students bussed to field studies are from largely from Prince Georges County, MD and the District of Columbia. However, bus service has been provided to schools from Alexandria City, Arlington County, Fairfax County, Frederick County, Montgomery County, and other individual schools. The contractor shall pick up the students at a school from one of the listed county schools. The contractor shall then transport them to one of the eleven participating National Parks listed below. The bus and driver shall wait at the park during the field study and return students back to the school. Field studies typically last 4 hours in the park, plus transportation time from the school to the park and back. Participating National Parks are: Catoctin Mountain Park, Thurmont, MD C&O Canal National Historical Park, Sharpsburg, MDGreat Falls Park, Potomac, MDGeorgetown Waterfront Park, Washington, DCCumberland, Maryland George Washington Memorial Parkway Great Falls Park, 9200 Old Dominion Drive, McLean, VATurkey Run Park, McLean, VADyke Marsh Wildlife Preserve, Alexandria, VA Harpers Ferry Center, Harpers Ferry, WV Manassas National Battlefield Park, 12521 Lee Highway, Manassas, VA Monocacy National Battlefield, Frederick, MD National Mall and Memorial Parks, Washington, DC National Capital Parks East, Washington, DC SEKenilworth Aquatic Gardens, Anacostia Ave. and Douglass Street, NE, Washington, DCGreenbelt Park, 6565 Greenbelt Road, Greenbelt, MDAnacostia Park, Washington, DC Prince William Forest Park, Triangle, VA Rock Creek Park, 5000 Glover Road, NW, Washington, DC The National Park Service shall fax or email the contractor with the pickup location, time, group size, adult traveling on bus, contact information and other logistical details. The bus company shall typically be given 3-4 weeks notice. The bus service shall be available to operate between the hours of 8:00 a.m. and 7:00 p.m.All buses used under this contract shall adhere to the safety requirements of the school districts and on the schools approved bus list. Typical group size ranges from 42-50 students with an accompanying adult. Buses shall be properly equipped for handicap accessibility when the group needs accessible transport. The need for handicap accessible transportation shall be included with the provided pickup information. Safety Compliance: The buses shall be operated in accordance with local, State and National Park Service safety regulations and comply with highway traffic laws. In situations where local, state, and federal regulations may overlap, the strictest applies. The contractor shall adhere to the vehicle manufacturer's/leaser's maintenance schedules. Written preventive maintenance records shall note frequency of maintenance of mechanical, electrical, fluid, air and/or hydraulic systems, and shall be available for inspection upon request by NPS personnel. A daily vehicle inspection shall be done before the vehicle is placed in service, and include brakes, tires, windshield wiper, lights, oil, fuel, and water supply. The vehicles shall be inspected at least daily for safety equipment, including fire extinguisher, first aid kit, and emergency reflector kit. Storage/Maintenance Facilities/Fuel: NPS will provide designated parking spaces in the immediate vicinity of the scheduled site for daytime parking only. The contractor will provide equipment and supplies to service and maintain the units; storage and facilities will not be provided by the NPS for vehicle services. The contractor shall fuel the buses outside of the Parks. Fuel for operating the buses will not be provided by the National Park Service. Fuel storage by the contractor within the park areas will not be permitted. Certification and Inspections: Contractor shall provide properly licensed drivers to operate the class of vehicle driven in the District of Columbia, the State of Maryland and the State of Virginia. Operators shall be courteous and shall have sufficient knowledge and experience to provide park visitors (passengers) with safe, comfortable and pleasant transportation. All vehicles shall be in good mechanical order and shall comply with licensing and safety regulations promulgated by the District of Columbia, the State of Maryland, and the State of Virginia. They shall be in compliance with Federal Motor Carrier Safety Regulations and meet OSHA and DOT standards for passenger safety. All services facilities and equipment shall be subject to inspection and test by representatives of the Government. The contractor shall at all reasonable times, allow inspectors and other Government personnel free access to its facilities, equipment, and operations for this purpose, and shall provide such reasonable facilities and assistance as may be required for this work. Compliance with Regulations: All contractor employees and representatives engaged in activities under this contract shall comply and be subject to all Federal, National Park Service, and the District of Columbia, State of Maryland, and the State of Virginia laws. They shall at all times, on duty or while on park property, conduct themselves in a manner that will not reflect adversely on the participating parks or the National Park Service. Payment: A monthly invoice shall be prepared by the Contractor and be submitted to the Contracting Officer's Representative (COR). This billing shall include the school name, participating park, date of performance, and price. The unit price used for invoicing shall be in accordance with the quote schedule. The county in which the school is located shall be the county that is billed on the invoice. For example, if pick-up occurred in Prince Georges County and went to a park located in the District of Columbia, Prince Georges County shall be used when billing. Request for Quote:Note: Contractor shall place a price for all line items to be considered responsive. Base YearLocationEstimated UsePriceTotalPrince Georges County, MD15District of Columbia, DC15Alexandria City, VA4Arlington County, VA4Fairfax County, VA4Frederick County, MD4Montgomery County, MD4 Total PriceOption Year 1LocationEstimated UsePriceTotalPrince Georges County, MD15District of Columbia, DC15Alexandria City, VA4Arlington County, VA4Fairfax County, VA4Frederick County, MD4Montgomery County, MD4 Total PriceOption Year 2LocationEstimated UsePriceTotalPrince Georges County, MD15District of Columbia, DC15Alexandria City, VA4Arlington County, VA4Fairfax County, VA4Frederick County, MD4Montgomery County, MD4 Total Price *Quantity of materials is estimated and not binding on the Government. Contractor shall be paid actual quantity ordered and approved by the Contracting Officer. Wage Determination No.: 2005-2103 (Rev.-7) dated 03/16/2009 www.wdol.gov The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-3, 52.219-6 Notice of Total Small Business Set-Aside, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.219-14, Limitations on Subcontracting, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.219-28 Post Award Small business Program Rerepresentation, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price for all option years, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 3:00 pm EST July 30th, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: Christopher Bell, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6368. Additionally, quotes may be emailed to chris_bell@nps.gov. All responsible sources may submit a quote, which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3000090457/listing.html)
 
Place of Performance
Address: National Capital Region Washington, DC VA MD<br />
Zip Code: 20242<br />
 
Record
SN01853338-W 20090625/090623235903-4697311af3dbc84245b31a38a14535d2 (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.