Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
SPECIAL NOTICE

V -- Provide Shuttle Bus Transportation Service

Notice Date
11/14/2012
 
Notice Type
Special Notice
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13Q0014
 
Archive Date
12/8/2012
 
Point of Contact
Darlene Watson, Phone: 7038754864, JoAnn B Carroll, Phone: 703-875-6038
 
E-Mail Address
watsond1@state.gov, carrolljb@state.gov
(watsond1@state.gov, carrolljb@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought/Request for Information (RFI) announcement only. This is not a solicitation and in no way commits the Government to award a contract. Furthermore, the receipt of this RFI and or submission of a response confer no rights upon the vendor nor obligate the Government in any manner. The Department of State (DoS) Bureau of Administration, Office of Operations, General Services Management, Fleet Management and Operations Division (FMO) is performing a market research and study to determine small business interest and capabilities for providing support for its Fleet Management and Operations Division Acquisition Planning. This RFI is organized into the following sections: 1. Background 2. Objective 3. Contract Requirements 4. Instructions 5. Questions 6. Closing Date 7. Disclaimers BACKGROUND The Department of State (DOS), Bureau of Administration, Office of Operations, General Services Management, Fleet Management and Operations Division (FMO) is responsible for providing quality and professional group transportation services on a regular scheduled and non regular scheduled basis for the Department of State employees within the Washington, DC Metropolitan area. OBJECTIVE DoS is conducting a study to ascertain if it is economically feasible to source out the recurring round trip shuttle bus services to operate shuttle transportation services for the FMO in support of DOS employees and DOS's authorized official visitors. The U.S. Department of State, FMO has a projected continuing requirement for Shuttle service shall consist of providing one type of shuttle services- general shuttles that serve all DOS employees. The general shuttle service comprises of four (4) separate shuttle routes between the headquarters building and various annexes in the Washington, DC area. The shuttle bus routes are: 1) HST/NFATC Route, 2) HST/ROSSLYN Route, 3) SA-44-Route, and 4) RRB-SA-44 Route. For these services FMO currently uses 12 buses, ranging in size from 22- to 45 passengers. In all, FMO's general shuttles provide several thousand passengers per year. REQUIREMENTS The study will determine the feasibility of a contractor to be responsible for complete operation of the shuttle service routes, to include providing drivers, motor vehicles (buses), fuel, motor oil, antifreeze, labor to perform required maintenance, and similar items needed to fulfill the department needs. In addition, the Contractor must either possess a Security Clearance recognized by the DOS, have had a recently completed National Agency Check (NAC) acceptable to the DOS, or be personally interviewed by the Department's Bureau of Diplomatic Security and have a NAC initiated. DOS will issue building passes only to US citizen employees of the Contractor. All shuttles buses will operate Monday through Friday; service is needed between the hours of 6:49 AM-5:55 PM (last shuttle service), every work day and excluding Federal holidays. The vendor shall have the capability to operate all four of the shuttle service routes based on a 252-workday year. The vendor shall not provide service on any day that the Office of Personnel Management (OPM) announces on its website (www.opm.gov) that the federal offices in the DC Area are closed for the entire day. If OPM closes federal offices in the DC area after the start of the work day, the vendor shall continue providing shuttle services through the end of the schedule, unless or until release by the Contracting Officer (CO) or Contracting Officer Representative (COR). If OPM announces a delayed opening, the vendor is required to begin provision of services on time, in accordance with the schedule, unless notified in advance of an authorized delayed start by the CO or COR. Understanding the necessity for the vendor to dedicate operators and equipment to this function, the vendor will be paid the full amount specified in the prices schedule for the calendar month, regardless of any closures by OPM on regular work days in that month. In the event it becomes necessary to calculate an incremental rate (e.g. hourly, daily or weekly) for adjustment purposes, the hourly rate specified will be utilized, and applied to a basic work day of eight (8) hours and a basic work week of forty (40) hours. General Shuttles HST/NFATC Route. Service will interconnect the DOS's Harry S. Truman (HST) Building located at 2201 C Street, NW, DC with the Rosslyn stops located at 1550 Clarendon Boulevard and 1300 Wilson Boulevard and the National Foreign Affairs Training Center (NFATC) located at 4000 Arlington Boulevard, Arlington, VA via a single circuitous trip. On this route, three buses operate all day, while four additional buses operate only during the morning and evening rush hours (6:49-9:54 am and 3:45-5:52 pm). Service will begin at 6:49 am and end at 5:52 pm each day. Each bus will run the same route, but they will have different staging and departure points (schedule will be provided). Staging and departing location for one shuttle will be from the "C" side of the DOS building, while the second will stage and depart from the NFATC. During rush hours, all four buses will be paired to run the same staggered routes. Service will consist of 29 round trips (R/Ts) per day at ten miles per R/T. Service will require a minimum of four 44-passenger buses. HST/ROSSLYN Route. Service will interconnect the DOS's HST Building located at 2201 C Street, NW, DC with the Columbia Plaza Metro Bus stop (23rd & Virginia Ave); SA-15 - 1800 N. Kent Street, Rosslyn, VA; Oak Street and Wilson Boulevard, Rosslyn, VA; SA-6 - 1701 N. Fort Meyer Drive (ramp) Rosslyn, VA; Columbia Plaza via a single circuitous trip. Service will begin at 8:15 am and end at 5:39 pm each day. Two buses will operate all day, driving the same route on 15-30 minute intervals. Staging and departing locations for both shuttles will be from the "C" Street side of the DOS building. Service will consist of 32 R/Ts per day at five miles per R/T. Service will require a minimum of two 35-passenger buses. SA-44 Route. Service will interconnect the DOS's HST Building located at 2201 C Street, NW, DC with the United States Information Agency (USIA) SA-44, located at 301 4th Street, SW by a single circuitous trip. Service will begin at 7:30 am and end at 5:55 pm each day. One bus will operate all day, driving the same route on 60-minute intervals. Staging and departing locations for the shuttle will be from the "C" Street side of the DOS building. Service will consist of 11 R/Ts per day at six miles per R/T. Service will require a minimum of one 22/24-passenger bus. RRB - SA-44 Route. Service will interconnect the Ronald Reagan Bldg (RRB) at 1300 Pennsylvania Ave NW (14th St. entrance) with the United States Information Agency (USIA) SA-44, located at 301 4th Street, SW by a single circuitous trip. Service will begin at 8:00 am and end at 5:40 pm each day. Two buses will operate all day, driving the same route on 30-minute intervals. Staging and departing locations for the shuttles will be from the "14th" Street side of the RRB. Service will consist of 39 R/Ts per day at four miles per R/T. Service will require a minimum of two 22/24-passenger buses. When responding to the RFI, vendors should consider the following: 1. Costs: Provide an estimated firm-fixed price to perform the services. 2. Capability of performance: The perspective vendor(s) must demonstrate the capability to provide professional expert support services as listed above, to include a period of performance of five years. INSTRUCTIONS: DoS request a Vendor Capability Statement outlining your company's ability to perform the shuttle services. If your firm is capable of meeting the requirements described herein, please provide a ten (10) page Capability Statement and performance pricing schedules. The Vendor Capability Statement should include general information and technical background describing your firm's experience providing similar acquisition services to demonstrate your potential ability to meet DoS objectives. The RFI response should be formatted according to the following guidelines: • The Request for Information (Capability Statement) response should be a concise and focused Microsoft Word document and shall not exceed ten (10) single-sided, type written pages including cover page, table of contents, etc. • To facilitate the Government's comparative review of responses, all responses shall be ordered and numbered in the manner shown below: • Font should be Times New Roman, 12 point or larger. • All page margins (excluding headers and footers) should be 1". • Sales brochures', videos, and other marketing information materials are not solicited and will not be reviewed. • Use of the Department of State is limited to official government use only. Use of the Seal by respondents (e.g. copying it into your response, in cover pages, or in headers or margins) is strictly prohibited. QUESTIONS: Any questions regarding this RFI must be submitted no later than November 16, 2012 (Friday) closing, in order to allow answers to questions to be publicly posted before the required response due date of November 23, 2012. No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. DoS plans to eliminate duplicate questions by posting any and all questions to the www.fbo.gov website. If any questions contain propriety information, then such information must be identified as such by the respondent. Additional information or updates will be at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. CLOSING DATE: If your firm is capable of providing any of the service requirements described herein, then interested parties should submit their response via email. Responses are due no later than the date specified in this FedBizOpps notice, directed to Ms. Darlene Watson, Contract Specialist at watsond1@state.gov with the subject line as stated as FMO Acquisition Requirements" with your company's name. No telephone call will be accepted in regards to this RFI. All questions and responses must be submitted in writing. DISCLAIMERS: The Government does not intend to award a contract(s) based on the submissions of this RFI, nor does it intend to pay for any costs incurred in response to this announcement. This RFI is solely intended for information and planning purposes and does not constitute a solicitation. The Government intends to make a socioeconomic-related and other acquisition strategy determinations based, in part, on responses to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any proprietary information contained in the capability statement must be marked accordingly. The information obtained through this process is considered to be market researched as described by FAR 2.101 and in accordance with FAR 10.002. Respondents will not be notified of the results of this market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13Q0014/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20520-7818, United States
Zip Code: 20520-7818
 
Record
SN02930494-W 20121116/121114234334-603596ba0f30096501a8c411dbaf8981 (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.