SOURCES SOUGHT
V -- School Bus Service - PWS-2013-SCHOOL-BUS
- Notice Date
- 11/21/2012
- Notice Type
- Sources Sought
- NAICS
- 485410
— School and Employee Bus Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX-09-C-0003-P0013
- Archive Date
- 1/23/2013
- Point of Contact
- Valerie J. Shipman, Phone: 7852395541
- E-Mail Address
-
valerie.j.shipman.civ@mail.mil
(valerie.j.shipman.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- TE-3-CALENDAR TE-2-HISTORY TE-1 PRS PWS SCHOOL BUS 2013 Synopsis: This is a Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research and planning purposes only. The U.S. Army is looking for sources that can provide School Bus Transportation services in accordance with the attached Statement of Work. There is presently a concurrent Notice of Intent to award a Justification and Approval contract modification posted on Army Single Face to Industry for this requirement. The period of performance is 1 Feb 2013 thru 31 May 2013. There is no defined requirement for a follow-on solicitation. The size standard for this small business set-aside is $14M. Interested sources must submit detailed technical capabilities, pricing, and other information that demonstrates its ability to meet the Government's needs no later than the 15th* day after this notice is posted. This is a sources sought synopsis only. This synopsis is not considered a request for bid/quote/proposal. No solicitation document is available and telephone requests for technical information will not be honored. No proposals or quotes will be accepted at this time. No contract will be awarded on a basis of offers received in response to this notice, but offers will be used to determine sources available to the Government. This synopsis shall not be construed as a commitment by the Government implied or otherwise, to issue a solicitation or award a contract. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. Additional Info: SOW: The Contractor shall furnish all labor, equipment, maintenance, service, fuel, supplies, and accessories and perform all work necessary to furnish additional school bus services with drivers to transport school children residing on Fort Riley to and from the appropriate Fort Riley schools. Transportation shall be provided for students enrolled in Before and After School Program, grades 1-8, each school day from the designated pick up point and the following schools: Fort Riley Elementary, Jefferson Elementary, Custer Hill Elementary, Morris Hill Elementary, Ware Elementary, and Fort Riley Middle School. Historical data indicates approximately 225 students will require transportation. Bus route shall be determined based on enrollment from USD 475. Any response to this notice must show clear and convincing evidence that competition for this four month performance period would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, availability, pricing, and other information that demonstrates their ability to meet the Governments needs at a comparable price no later than the 15th day after this notice is posted. Detailed capabilities must be submitted to the address below. This synopsis is not considered a request for bid/quote/proposal. No solicitation document is available and telephone requests for technical information will not be honored. No contract will be awarded on a basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. Industry interested parties that are able to meet the requirements are encouraged to submit an electronic letter of interest to this office within the time frame specified. Interested businesses responding shall provide the Government the following information as part of its submittal: (1) name of company and applicable CAGE code-include a contact person's name, title, telephone number and email address; (2) company address; (3) company size (please specify as either large, small, small disadvantaged, 8(a), woman-owned small business, historically underutilized business zone concern, veteran-owned small business, or service-disabled small business; (4) identify whether you are interested in this acquisition as a prime contractor or subcontractor. All interested parties shall be currently registered in System for Award Management (SAMs) https://www.sam.gov/sam/ under the NAICS code above. All interested parties shall also be registered, complete, and current in the ORCA system. If awarded, the awardee shall be required to submit all invoices for payment through the Wide Area Work Flow (WAWF) system. IAW FAR 5.207(c)(16)(ii) for FAR 6.302-1 Authority, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Contracting Office Address: MICC - Fort Riley, Valerie Shipman, 1792 12th Street, Fort Riley, KS 66442-4160 Valerie J. Shipman, valerie.j.shipman.civ@mail.mil, 785-239-9081; FAX 785-239-9081. Place of Performance: Fort Riley, KS, USA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b4dff5e9e3b133db79c3b69a1370e2f9)
- Place of Performance
- Address: Ft Riley, Kansas, Ft Riley, Kansas, 66442, United States
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02935732-W 20121123/121121234320-b4dff5e9e3b133db79c3b69a1370e2f9 (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 |