SOLICITATION NOTICE
V -- Military Entrance Processing Station (MEPS) Shuttle Service
- Notice Date
- 2/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485113
— Bus and Other Motor Vehicle Transit Systems
- Contracting Office
- USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-12-T-0005
- Response Due
- 2/28/2012
- Archive Date
- 4/28/2012
- Point of Contact
- Lisa Braund, 608-427-7274
- E-Mail Address
-
USPFO for Wisconsin
(lisa.braund@ng.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. 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. This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Regulation This acquisition is set-aside for small businesses only, under the NAICS Code 485113. Large businesses may not submit an offer. In accordance with FAR 12.301(c) (1), the Government will award a single contract or up to four separate contracts, each with four option years resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award a contract without discussions with offerors. Offerors are required to submit a technical proposal and a price proposal according to the factors set forth under this provision. The following factors shall be used to evaluate offers: Factor 1 - Technical Capability Factor 2 - Price Factor 1: Technical Capability In order to be considered for an award, the offerors technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must provide the requested products and/or services in accordance with the specifications outlined in the solicitation and all information and/or requirements listed in the Performance Work Statement, PWS (see additional documents below). Failure to submit any of the listed requirements will result in the offeror's technical proposal being determined technically unacceptable. The standard is met when: The offeror provides a brief, descriptive statement indicating the offeror's credentials to deliver the services sought under this RFP, and in the Performance Work Statement. The offeror provides a brief description of how long the offeror has been performing the services required by this RFP and includes the number of years in business. The offeror provides the most recent safety records for the vehicle(s). The offeror provides proof of trained and licensed drivers. The offeror provides proof of being listed in the Department of Defense (DoD), Defense Travel Management Office (DTMO) "Department of Defense Approved Bus, Van, & Limo Carriers: Effective 07 Nov 2011, or the most current update. The offeror provides the below information for one (1) relevant and recent Government or commercial contract. See below for description of recent and relevant. Company Name Project Title Your customers name Contract number A brief description of the Contract Effort Type of Contract Period of performance Original Contract Value and current value Number of stops/length of trips Point of contact name, address, telephone number and fax number of your customer Recent - For a contract to be considered recent, the contract must be performed or completed within the last five years (February 2007 through current date). Relevance - A relevant contract is a Government or commercial contract in which the contractor satisfactorily performs shuttle bus services similar to those identified in the Performance Work Statement. (note: Satisfactory performance will be determined by the acquiring activity for the reference contract.) Factor 2: Price Only priced proposals submitted by offerors whose technical proposals are determined to be technically acceptable will be considered for evaluation. Award will be made to the technically acceptable offeror whose proposal conforms to the solicitation and offers a fair and reasonable price for the service. Any inconsistencies (whether real or apparent) in price must be clearly justified. For example, if unique and innovative approaches are the basis for an abnormally low proposed price, the nature of the approaches and their impact to the proposed price must be completely documented. The burden of proof for cost reliability rests solely with the offeror. The following evaluation criteria shall apply: Completeness: Price will be considered complete with the offeror has proposed a firm fixed price for any OR all of the routs (price routes separately, by round trip). Price will be evaluated to determine whether the offeror provided sufficient data as required by the solicitation and/or Contracting Officer during the evaluation. Realism: Prices will be evaluated to determine if they are unrealistically high or low in comparison to the independent estimate and other offers received. Reasonableness: Prices will be determined reasonable by competition. The Period of Performance is as follows: Base: 19 March 2012 thru 30 September 2012 Option Year 1: 1 October 2012 thru 30 September 2013 Option Year 2: 1 October 2013 thru 30 September 2014 Option Year 3: 1 October 2014 thru 30 September 2015 Option Year 4: 1 October 2015 thru 30 September 2016 The Government reserves the right to extend the term of this contract at the prices set forth in accordance with the terms and conditions contained in clause 52.217-9 entitled, "Option to Extend the Term of the Contact". QUANTITIES FOR OPTION YEAR(S). Estimated numbers for each option period will be provided at the time an option is exercised. PRICING OF OPTION YEAR(S). The CONSUMER PRICE INDEX (CPI) The Government will adjust Base Price Round Trip Costs for increases or decreases using the CPI prior to the beginning of each option period. These adjusted prices will become the new base prices for the next option period if exercised. The adjusted prices become the current base prices when adjusting each subsequent option period. The provision at 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The provision at 52.212-4, Contract Terms and Conditions Commercial items, applies to this acquisition. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offers Representations and Certifications Commercial items with its proposal. The provisions at FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders commercial items, are included and incorporated by reference. These clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity of special disabled veterans, veterans of the Vietnam Era. Offers must be submitted via email to the USPFO for Wisconsin, ATTN SSG Lisa Braund, Purchasing and Contracting, lisa.braund@us.army.mil, no later than 4:00 p.m., Central Standard Time, February 28th, 2012. Contractors are required to be registered in the Central Contractor Registration (CCR) database, and registered with the Wide Area WorkFlow (WAWF) system for invoicing and payments. If you have any questions, please contact SSG Lisa Braund in writing via email: lisa.braund@us.army.mil prior to 4:00 p.m. Central Standard Time, February 21th 2012. A follow up Questions and Answers Sheet will be posted to this site after all questions are reviewed and answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-12-T-0005/listing.html)
- Place of Performance
- Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
- Zip Code: 54618-5002
- Zip Code: 54618-5002
- Record
- SN02675010-W 20120216/120214235648-01166c4789142a48b3a8d98c5f02b8be (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 |