SOLICITATION NOTICE
V -- Transportation to Support SSR - Transportatin Matrix - PWS
- Notice Date
- 11/22/2013
- 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
- HQ0013-14-ACSS-0002
- Archive Date
- 12/11/2013
- Point of Contact
- Woodrow W. Bell, Phone: 7036021464, Ali Beshir, Phone: 703-602-1341
- E-Mail Address
-
woodrow.bell@dsca.mil, ali.beshir@dsca.mil
(woodrow.bell@dsca.mil, ali.beshir@dsca.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Transportation Matrix Solicitation Number: HQ0013-14-ACSS-0002 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, HQ0013-14-ACSS-0002, 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 lodging, in support of the Security Sector Transformation in Central Africa Program for the Africa Center for Strategic Studies (ACSS). The event is scheduled for 6 December 2013 - 14 December 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. (v) This requirement is to provide tranportation services in support of the Security Sector Transformation in Central Africa program. The requirements are detailed in the attached Performance Work Statement and Transporation Matrix. (vi) The Contractor shall submit a proposal that details the vehicles (type and quantity), scheduling to meet the Government's requirements and the deployment of the greeters. (vii)The requirement shall be Firm Fixed Price (FFP). The requirement shall be competed as a small business set aside. (viii) To be considered for award, offerors must be DOD approved carrier by DTMO and listed on the Military Bus Program. (ix) Requirements as follows: Description Quantity Unit of Issue Unit Price Total Transportation/Pick from IAD on 12/6/2013 _______ vehicle/trip/dayhours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from IAD on 12/7/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from DCA on 12/7/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from Hotel 8 -12 Dec 2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from Ft. McNair 8 -12 Dec 2013 ___ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick to IAD on 12/13/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick to DCA on 12/13/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Greeters _______ hour/each tiny_mce_marker____ tiny_mce_marker____ **-------Items below are optional. The Government will use as required-----** Sedan(s) 2 each/hours tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from IAD Date(s) TBD 3 vehicle/trip/dayhours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from DCA Date(s) TBD 3 vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ (x) Items at deemed as optional may or may not be used at the Governments descretion. However, the prices of the option items will be included in the price evaluation. The PWS and Transportation Matrix are attached. (xi) Offerors shall provide information regarding cancellation policy. (xii) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv)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 the most advantageous to the Government, price and other factors is considered. (xvi) Submission of Quotes: Quotes shall be submitted by 26 November 2013 2:30 PM EST to the point of contact listed below. (xvii) Offerors shall submit there approach for meeting the governments transportation needs. a. Offers shall indicate the type of vehicle being provided to address each requirement of the transportation matrix. b. The passengers for "airport to hotel" pick up may be grouped in thirty (30) minute increments. Meaning passengers arriving at 2:30 pm after passing through customs and collecting baggage may arrive at the transport vehicle at 2:45 pm. These passengers may be grouped with passengers arriving at 3:00 pm and expected to arrive at the transportation vehicle by 3:15 pm. c. Offerors proposals shall include the following information in some form: Description Quantity Unit of Issue Unit Price Total Transportation/Pick from IAD on 12/6/2013 _______ vehicle/trip/dayhours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from IAD on 12/7/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from DCA on 12/7/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from Hotel 8 -12 Dec 2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from Ft. McNair 8 -12 Dec 2013 ___ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick to IAD on 12/13/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick to DCA on 12/13/2013 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ Greeters _______ hour/each tiny_mce_marker____ tiny_mce_marker____ -------Items below are optional. The Government will use as required----- Sedan(s) 2 each/hours tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from IAD Date(s) TBD 3 vehicle/trip/dayhours/other tiny_mce_marker____ tiny_mce_marker____ Transportation/Pick from DCA Date(s) TBD 3 vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____ (xviii) Past Performance: a. Offerors shall submit information regarding two past jobs they have performed or are performing within the last year and a half. b. Offerors shall state the name/nubmer/identifier of the effort, the dollar amount and period of performance of the sumbitted jobs. c. Offerors shall provide the name, organization, phone number and email address of a point of contact for each past performance submission. (xix)Submission of Quotes: Quotes shall be forwarded to Woodrow Bell via email at woodrow.bell@dsca.mil; Mr. Ali Beshir via email at ali.beshir@dsca.mil and Mr. Daniel Nowicki via email at daniel.nowicki@ndu.edu. Facsimile submission will not be accepted. (xx)The points of contact for this acquisition are Mr. Ali Beshir and Woodrow Bell. Ali can be reached via email at ali.beshir@dsca.mil or telephone at (703) 602-1341 Woodrow can be reached via email at woodrow.bell@dsca.mil or telephone at (703) 602-1464. (xxi)Provision at FAR 52.212-2, Evaluation 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 the most advantageous to the Government, price and other factors is considered. 1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3. Tradeoffs are not permitted. 4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Exchanges may occur. 6. Non-cost factors: The non-cost factors are Approach and Past Performance a. Approach will evaluate offerors' proposals to address the Government's requirements, to include vehicles offered and that vehicles will be at the designated pick up points in a timely manner. b. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluate for acceptability. The evaluation ratings will be acceptable or unacceptable. 7. Acceptability Standards: a. Offeror is a DOD approved carrier by DTMO and listed on the Military Bus Program. b. Vehicles offered are appropriate to move the number of guests and their luggage and vehicles will arrive at pick up points at times that minimize waiting and will enable on time departure and the timely arrival at destination. c. Available on the required days d. Past performance: Performance on submitted examples is relevant and acceptable. 8. Cost: All proposed prices to include the prices of the optional tasks will be factored into overall total to be evaluated. (xxii)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/. (xxiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xxiv)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 (xxv) 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). (xxvii) 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 System for Award Management; 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-14-ACSS-0002/listing.html)
- Place of Performance
- Address: DC Metro area, United States
- Record
- SN03239775-W 20131124/131122234300-08be1cb2a8c5c6e74d03b552016c8893 (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 |