SOLICITATION NOTICE
V -- Charter Bus Services - Package #1
- Notice Date
- 4/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485510
— Charter Bus Industry
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-T-0137
- Archive Date
- 5/7/2014
- Point of Contact
- Yelena Kanevsky, Phone: 9375224606
- E-Mail Address
-
yelena.kanevsky@wpafb.af.mil
(yelena.kanevsky@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Charter Bus Services FA8601-14-T-0137 Charter Bus Services The U.S. Air Force (AFLCMC/PZIOB) requires Charter Bus Services for transportation from Wright-Patterson AFB, Ohio to Tyndall AFB, Florida (round trip). The requirement is in support of the Contracting Directorate at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the attached Statement of Work (Attachment 1). This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is FA8601-14-T-0137 issued as a Request for Quote (RFQ) and is conducted as a commercial item procurement using FAR Part 13. The NAICS is 485510 and the small business size standard for this NAICS code is $14,000,000.00. This acquisition is a 100% Total Small Business Set-Aside. This RFQ has one (1) Line Item: Line Item 0001: Charter Bus Services - Provide three (3) 54-Pax (or larger) charter busses in accordance with the Statement of Work All work shall be performed in accordance with the Statement of Work and Wage Determination 05-2420 (Rev.-17) dated 06/25/2013, which is available upon e-mail request to Yelena Kanevsky at yelena.kanevsky@us.af.mil. Quotations must contain the following: - Price - Demonstration of ability to meet the minimum requirements as defined in the Statement of Work. - Evidence of completed Representations and Certifications Proposals shall be accompanied by a completed FAR 52.212-3, Representations and Certifications, and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items. The Government's preferred method for Representations and Certifications is electronic. This can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. Delivery terms shall be "F.O.B. Destination." Proposals must indicate the delivery terms and freight/shipping charges are not authorized to be billed directly. Offerors shall incorporate any applicable delivery charges directly into the price of the deliverable items. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the technical requirements specified in the list of Minimum Requirements. Award will be made to the offeror whose proposal provides the lowest price to the Government and also meets all other requirements of the solicitation. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT FURNISHED/IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal is the lowest price and also meets all the requirements of the solicitation. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (July 2013) 52.212-3, Contractor Representations and Certifications (Aug 2013); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.247-34 F.O.B. Destination (Nov 1991) 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2013) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); -52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Feb 2012) (31 U.S.C. 6101 note) - 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). - 52.219-28 Post Award Small Business Program Representation (July 2013); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (March 2012); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-41 Service Contract Act of 1965 (Nov 2007); - 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); (the fill in portion of this clause is (Employee Class: Bus Driver, Wage Grade 7, Step 1; Monetary Wage $20.72 per hour; Fringe Benefits 45.5%) - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) 52.252-4 Alterations In Contract (Apr 1984) (the fill in portion of this clause is: FAR 52.212-4(j) Reserved) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (the fill in portion of this clause is: Federal Acquisition Regulation (48 CFR Chapter 1), Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Feb 2014); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.225-7001, Buy American And Balance Of Payments Program (Dec 2012) 252.225-7002, Qualifying Country Sources As Subcontractors (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests (June 2012); 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) The following local clause will be included in subsequent award. Full text version is available upon request: AFLCMC/PZIO H003-PROCEDURES FOR RETURNING GOVERNMENT-ISSUED IDENTIFICATION CREDENTIALS (OCT 2013) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Proposals AND completed representations and certifications (if not available in SAM), are due by 11:00 A.M. Eastern on Tuesday, April 22 2014 to: Yelena Kanevsky, AFLCMC/PZIOB E-Mail: Yelena.Kanevsky@us.af.mil Mailing Address: ATTN: Yelena Kanevsky AFLCMC/PZIOB 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433 Questions should be directed to Yelena Kanevsky at yelena.kanevsky@us.af.mil, respectively. Be advised that all correspondence sent via e-mail shall contain a subject line that reads FA8601-14-T-0137 Charter Bus Services". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. ATTACHMENTS: 1. Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0137/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Wright-Patterson, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03340849-W 20140418/140416235639-ed21ec304b4cdf59ed345f1a422e4f0f (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 |