SOLICITATION NOTICE
V -- NCI Shuttle Bus Services
- Notice Date
- 7/24/2015
- Notice Type
- Presolicitation
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO52672-85
- Archive Date
- 8/29/2015
- Point of Contact
- Terry Galloway, Phone: 240-276-5384, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
gallowaytl@mail.nih.gov, ninans@mail.nih.gov
(gallowaytl@mail.nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive Room 1E156 Bethesda, MD 20892 This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System code is 485999 and the business size standard is $15 Million. Only one (1) award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. This acquisition will be set-aside 100% for 8(a) small business concerns. The period of performance is twelve (12) months from date of award plus four - one year option periods. Description: The mission of the National Institutes of Health (NIH) is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce the burdens of illness and disability. The NIH has 27 Institutes and Centers through which it works to accomplish its mission. Of the 27 Institutes and Centers, NCI, established under the National Cancer Institute Act of 1937, is the Federal Government's principal agency for cancer research and training. NCI coordinates the National Cancer Program, which conducts and supports research, training, health information dissemination, and other programs with respect to the cause, diagnosis, prevention, and treatment of cancer, rehabilitation from cancer, and the continuing care of cancer patients and the families of cancer patients. NCI has some 32 centers, offices and divisions of which 24 have transitioned to the NCI Shady Grove Campus facility located at 9609 Medical Center Drive, Rockville, MD. The National Cancer Institute (NCI) is seeking a Contractor to provide passenger transport shuttle service to transport government employees and visitors between the Shady Grove Metro Station, and other stops in the Shady Grove area to NIH and NCI facilities. Tasks: The Contractor shall supply all vehicles, dispatching, management, supervision, personnel including drivers, uniforms, communication systems, permits, licenses, materials, reports, supplies, and insurance for the required shuttle bus service. General Requirements The Government requires sufficient shuttle buses or alternate vehicles to accommodate ridership of approximately 1,200 passengers, as well as the frequency of the shuttles during peak hours in increments of every 10, 15, 20 or 30 minutes, as determined by the Government's COR. The NCI shuttle routes will be from NCI's Shady Grove facility located at 9609 Medical Center Drive, Gaithersburg, Maryland and other stops in the Shady grove area, to NIH and NCI facilities in the Montgomery County area. The Contractor shall design methods and systems of how to best deliver the passenger transport shuttle bus services to meet the Government's quality and performance requirements. The Contractor will respond to comments and complaints received from patrons and the NCI Contracting Officer Representative (COR) or designee within 24 hours of notification by the Government, unless the COR requests an immediate response due to the severity of the incident. In the case of equipment malfunctioning (i.e. heat/air conditioning, equipment to accommodate disabilities, etc.), the Contractor shall make every effort to correct the problem within 2 hours to ensure patron satisfaction. The Contractor must submit to the COR a report identifying the problem and provide a plan to remedy the problem along with when the problem was or will be resolved. If the problem is systemic (i.e. insurance lapse; all vehicles destroyed), the Contractor shall submit a plan of correction to the COR within five (5) days from the initial COR's request. The Contractor shall provide and maintain all equipment in each shuttle to allow for immediate two-way communication between the driver and the Contractor's base terminal. The Contractor shall ensure that every shuttle driver has and maintains a valid commercial driver's license, an excellent driving record, and all required training, certification, and background screenings (to include both criminal and sex offender). Also, the Contractor shall ensure that all staff involved in operating a motor vehicle within the scope of this contract of any class shall have a valid state motor vehicle operator's license in his/her possession at all times. All buses, shuttles and vans shall be equipped for accessibility to persons with disabilities. In addition, all buses, shuttles and vans shall not be older than five (5) years from the contract's start date and during the contract's period of performance. All shuttles, and shuttle components, i.e. wheel chair lifts, air conditioning, heating, etc. shall be fully operational when providing transportation services for passengers. If a shuttle is not in fully operational, the vehicle shall immediately be removed from the route until repairs can be made. In the interim, the Contractor shall continue to supply the appropriate number of shuttles to continue the route. All buses and shuttles must be equipped with technology that allows for the automatic count of passengers boarding the bus. Therefore, the shuttle contractor shall install and maintain an automatic passenger (APC) counter system so real time passenger counts can be retrieved and reported. The following are some of the required capabilities of the technology: • Directional counts • Integrated wireless • Operated by battery or hardwire • A minimum detection width of 4 ft • Outdoor rated • Displays counts locally and reporting capabilities The Contractor shall provide electronic signage that is visible to passengers on all shuttles indicating designated routes (i.e. Campus, Executive Blvd, Shady Grove Metro Station etc.) and NCI insignia. Signage shall be clearly visible from all points on the outside of buses for passengers. Measures should be proposed and implemented to enhance the identification of the shuttle bus and communicate its routes. Other signage may be required periodically. Name plates for the shuttle bus drivers must be clearly visible to passengers at all times. The telephone number and an email address of the COR shall be visibly displayed on all shuttles so passengers may provide any comments regarding the shuttle bus service. All shuttle buses shall have: • Front marquees to indicate the bus route; • A marked standee line or bar; • Emergency doors clearly marked; and • Exterior mount bicycle racks that are designed for use on commercial vehicles. The Contractor shall adhere to: (1) all applicable Motor Carrier Safety Inspection Regulations and (2) all posted signs, placards and WMATA staff direction while on site at the Shady Grove Metro. Each vehicle shall be kept clean and free of rubbish and newspapers at all times. Drivers shall clean the vehicle periodically throughout the day as needed, and at the end of each operational day Potential offerors may request a copy of the solicitation from Terry Galloway, Contracting Officer via electronic mail at gallowaytl@mail.nih.gov on or before 11:00 AM EST on August 14, 2015. All questions must be in writing and can be emailed. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through SAM.gov. No collect calls or facsimile transmissions will be accepted. Please reference solicitation number N02CO52672-85 on all correspondence. Interested parties shall include the name of company; complete mailing address; point of contacts, phone, fax numbers, and email address; company DUNS number and business size.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO52672-85/listing.html)
- Record
- SN03809364-W 20150726/150724234801-b088a3a6cd68a10d41da62dc949f6e8e (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 |