SOLICITATION NOTICE
V -- Transportation: For Africa Center's PKO Seminar - PWS
- Notice Date
- 8/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485510
— Charter Bus Industry
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ0013-13-ACSS-0014
- Archive Date
- 8/21/2013
- Point of Contact
- Woodrow W. Bell, Phone: 7036021464
- E-Mail Address
-
woodrow.bell@dsca.mil
(woodrow.bell@dsca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Requirement Schedule PWS Solicitation Number: HQ0013-13-ACSS-0014 Notice Type: Combined Synopsis/Solicitation (i)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. (ii)This solicitation document, HQ0013-13-ACSS-0014, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide transportation services in support of the Enhancing Peacekeeping Operations in Africa program, for the Africa Center for Strategic Studies (ACSS). The event is scheduled for August 9 through 15, 2013. Transportation service will be required 11 through 16 August, 2013. The North American Classification System (NAICS) code is 485510, size standard is $14 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. This procurement is competed as a small business set aside. (v) This requirement is to provide transportation services as specified in the attached Statement of Work and the transportation requirements list and greeters. To be considered for award, offerors must be DOD approved carrier by DTMO and listed on the Military Bus Program. (vi) Greeters: Greeters are required for airport pickup on 11 August 2013. (vii) The requirement shall be Firm Fixed Price (FFP). (viii) The contractor will also provide drivers' names and vehicle information at least 48 hours in advance for installation security purposes. Requirements as follows: CLIN 0001 - Transportation Service (by day or type of vehicle or other industry normal accepted unit of measure) CLIN 0002 - Greeters Offerors shall provide information regarding cancellation policy. All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (ix) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xi)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. (xii) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106/15.101 procedures (tradeoff process) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government. Evaluation Factors a. The Evaluation factors are Capability, Past Performance, and Price. 1. Capability: The ability to meet all the solicitation requirements. 2. Cost: The proposed price to address the requirements. 3. Past Performance: How well offeror has performed similar tasks. b. Capability is more important than price which is more important than Past Performance. When combined the non-price criteria are more important than price. 1. Capability: Offeror's quote shall be evaluated to assess the offeror's understanding of the statement of work and ability to meet the requirement, in terms of but not limited to availability on required days of the pws and being a DTMO approved DOD carrier listed on the Military Bus Program. 2. Price: The total proposed price will be evaluated. 3. Past Performance: Past performance shall be evaluated in accordance with FAR 15.305(a)(2). c. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. (xiii)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106/15.101 procedures (tradeoff process) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government.. (xiv)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xv)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xvi) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xvii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xviii) Submission of proposals shall be forwarded by 6 August 2013, 12:00 PM EST. Offerors shall provide a quote using the pricing schedule provided at paragarph viii of this combined synopsis/solicitation. (xix) Submission of Quotes: Quotes shall be forwarded to Woodrow Bell via email to: woodrow.bell@dsca.mil. Facsimile submission will not be accepted. a. The offerors submissions shall include a list of vehicles to be provided to meet each requirement. b. The offerors submission shall be arranged and presented by each requirement as presented in the requirements list. c. Offeror must be DOD approved carrier by DTMO and listed on the Military Bus Program d. Past Performance - Offerors shall submit point of contact information for two (2) past jobs performed. Be sure to include: 1) Name of POC. 2) Email address of POC. 3) Contract Number/Name/Period of Performance 4) A description of work performed on the subject contract. e. Offers shall be in word and/or excel and/or pdf form. f. Offerors shall submit offers no later than 12:00 pm EST, on 6 August 2013. (xx)The point of contact (POC) for this acquisition is Woodrow Bell. Woodrow can be reached via email at woodrow.bell@dsca.mil or telephone at (703) 602-1464. (xxi)A detailed requirement description is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-13-ACSS-0014/listing.html)
- Record
- SN03134717-W 20130803/130801235951-92821a14f30492a6f4bf358104eee107 (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 |