SOLICITATION NOTICE
V -- This is a combined synopsis/solicitation for commercial transportation services in Lima, Peru. The contractor shall provide all resources necessary to include four drivers, equipment, fuel, repair parts, and insurance.
- Notice Date
- 10/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
- ZIP Code
- 78234-6102
- Solicitation Number
- W912CL12T8000
- Response Due
- 11/7/2011
- Archive Date
- 1/6/2012
- Point of Contact
- Barbara ML Divine, 511-618-2656
- E-Mail Address
-
Mission Division (PARC Americas 410th CSB)
(barbara.divine@tcsc.southcom.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, in conjunction with FAR subpart 13.5-Test Program for Certain Commercial Items, 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. (ii) The solicitation number is W912CL-12-T-8000, and it is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011. (iv) This solicitation is being competed as unrestricted. The applicable NAICS code is 485999. (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). Driver Service: Contractor is to provide passenger transportation services: includes four drivers, 12 hours a day, 7 days a week on behalf of the American Embassy, Lima Peru in accordance with the Statement of Work dated 27 October 2011 for 2 months. Overtime: Price of the hourly rate that may be required to work in excess of normal 12 hour service day. Contractor shall obtain Contracting Officer approval prior to working overtime. Overtime billed without prior Contracting Officer approval shall not be paid. Contractor shall charge only actual time incurred. Contractor shall include detailed information and back-up documentation of overtime worked when submitting charges. Contractor shall notify the contracting officer when 75% of the estimated amount has been expended. Contractor shall not incur cost over the estimated amount. Travel: Travel cost including lodging and per diem IAW the Statement of Work. Contractor shall obtain Contracting Officer authorization prior to incurring travel. Charges against this CLIN without prior Contracting Officer authorization shall not be paid. Travel cost including lodging and per diem IAW the Statement of Work. All travel requests shall be approved by the Contracting Officer prior to travel. Any charges incurred without prior COR approval shall not be reimbursed. Contactor shall be reimbursed for actual travel cost incurred not to exceed the official published JFTR rates for lodging, meals and incidental expenses. The contractor shall submit receipts and pertinent supporting documentation for airline tickets, lodging, taxis, fuel, meals, tolls and other official expenses related to travel. Contractor shall not incur cost over the estimated amount in the contract. Contractor shall notify the KO when 75% of the estimated amount is expended. Contractor Manpower Reporting (vii) Date and place of delivery and acceptance and FOB point. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-1 ADDENDUM - ALL OR NONE. Paragraph (h) is modified as follows: ONLY ONE AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERS SUBMITTED FOR LESS THAN THE TOTAL QUANTITIES OF ALL THE ITEMS IN THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. The evaluation criteria to be included in paragraph (a) of that provision, listed in descending order of importance are: (i) technical capability of the item offered to meet the Government requirement (ii) Price, Technical capability is approximately equal to price. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following additional FAR clauses applicable to the acquisition: 52.202-1 Definitions 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions--Commercial Items 52.217-8 Option To Extend Services 52.217-8 Option To Extend Services 52.222-41 Service Contract Act Of 1965 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States 52.233-3 Protest After Award 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.249-4 Termination For Convenience Of The Government (Services) (Short Form) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.222-7002 Compliance With Local Labor Laws (Overseas) 252.225-7041 Correspondence in English 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 Assignment of Claims (Overseas) 252.233-7001 Choice of Law (Overseas) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the service offered to meet the Government requirement (2) price (3) past performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) (xii) Standard Commercial Warranties consistent with customary commercial practices shall apply to all items. (xv) Offers are to be sent by email to barbara.divine@tcsc.southcom.mil, no later than 7 November 2011, 0800 a.m. Central Daylight Time (CDT). (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Capt Barbara ML Divine Contracting Officer US American Embassy- Lima Peru Av Encalada, Cdra 17-Surco Lima Peru 33 Com: 011-51-1-618-2656 DSN: 294-9000, wait for dial tone, 8-549-2656 Additional Info: Additional documentation Contracting Office Address: US American Embassy- Lima Peru Av Encalada, Cdra 17-Surco Lima Peru 33 Place of Performance: US American Embassy- Lima Peru Av Encalada, Cdra 17-Surco Lima Peru 33
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba77e640500653f2d68d8b40a4601fe7)
- Place of Performance
- Address: US EMBASSY- LIMA, PERU AV ENCALADA, CDRA 17 LIMA AA
- Zip Code: 33
- Zip Code: 33
- Record
- SN02614426-W 20111030/111028233807-ba77e640500653f2d68d8b40a4601fe7 (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 |