MODIFICATION
V -- School Bus Rental/Lease Contract
- Notice Date
- 6/9/2010
- Notice Type
- Modification/Amendment
- NAICS
- 485410
— School and Employee Bus Transportation
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008510R2814
- Response Due
- 6/16/2010
- Archive Date
- 7/1/2010
- Point of Contact
- Tanya Corcofan (757)341-0086 ALT POC: Cynthia Brown, (757)341-0085
- E-Mail Address
-
tanya.corcoran@navy.mil
(tanya.corcoran@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is now the Pre-solicitation Notice. The purpose of the contract is to provide School Bus Rental/Lease services in support of Tidewater/Hampton Roads area, including the Norfolk Naval Base, Armed Forces Staff College, Norfolk Naval Shipyard, Williamsburg, Yorktown, Langley, Hampton, Newport News, and Oceana and facilities within a 50 miles radius of any of the primary bases. The exact locations will be indicated in each Task Order by the Contracting Officer or by each Emall order. This procurement is a single award indefinite delivery-indefinite quantity (IDIQ) contract. The work includes, but is not limited to, providing the Government with an efficient and responsive means to obtain service to provide all labor, management, supervision, tools, materials, and equipment required to rent/lease school type buses. Under the terms of this contract the Contractor shall be required to provide labor for pick up and delivery of buses to a delivery point for each activity requiring the use of school buses. All Contractor delivering buses shall be required to have the proper badges to allow access to the bus delivery point. The Contractor shall provide school type buses with 46 or more seat capacity for use by the Government through this contract. Buses shall be no more that ten-model years old at the time of rental. (i.e., 1999 model or newer at the time of a 2009 rental) Buses shall be maintained in such a way to ensure that they are operating in a safe and dependable condition. They shall have current Virginia inspections and shall comply with Federal Motor Carrier Safety Regulations Parts 382, 383, 387, and 390 through 399, as prescribed by the U. S. Department of Transportation Federal Highway Administration. All interior and exterior lights shall be functioning in accordance with OEM specifications. This shall include all driver information and warning lights. All buses shall be equipped with a heating system to provide an even temperature throughout the bus of not less than 70 degrees Fahrenheit when the outside temperature is below 58 degrees F and a defroster for the windshield. Windows shall be operable by passengers, to provide ventilation. Window gaskets shall be maintained in good condition to prevent cold drafts during cool or cold weather. Doors shall operate smoothly and have seals maintained to prevent drafts. All seats shall be securely anchored to the floor. All seat covers of whatever type shall be free of holes rips and tears of any kind. Buses shall be thoroughly cleaned inside and outside and passenger areas disinfected before each bus dispatch. Buses shall be maintained free of all Graffiti or other marks and scrapes in the paint and on seats. Procurement Method: Streamlined Procedures for Evaluation/Solicitation for Commercial Items. The solicitation utilizes the Lowest Price/Technically Acceptable Source Selection Procedures which require offerors to submit a technical proposal, corporate experience, past performance, safety, and a price (or cost) proposal for evaluation by the Government. The contract term will be a base period of one (1) year plus four (4) option years. Only the base period of the contract will offer a minimum guarantee of $25,000.00. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six (6) months under the Option to Extend Services clause. This is a new procurement. It does not replace an existing contract. No prior contract information exists. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. IT IS THE SOLE RESPONSIBILITIY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R2814/listing.html)
- Record
- SN02173391-W 20100611/100609235751-2290c424dc326b78010760b9d7776ed5 (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 |