Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2016 FBO #5189
SOLICITATION NOTICE

V -- Shuttle Services

Notice Date
2/5/2016
 
Notice Type
Presolicitation
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS Detachment Alameda (Shore Infrastructure Logistics Center Base Support and Services), Coast Guard Island, BLDG 54C, Alameda, California, 94501, United States
 
ZIP Code
94501
 
Solicitation Number
HSCG84-16-Q-B11096
 
Archive Date
3/26/2016
 
Point of Contact
Emely Hagins, Phone: (510) 437-3057
 
E-Mail Address
Emely.Hagins@uscg.mil
(Emely.Hagins@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Alameda CA has a requirement for shuttle services between US Coast Guard Island in Alameda, California and the Ronald V. Dellums Federal Building in Oakland, California. The shuttle services will be required five (5) days a week, Monday through Friday throughout the year less all holidays. The Contractor shall provide regularly scheduled bus service from 5:20 AM to 6:30 PM, Monday through Friday, except on recognized Government holidays or other days declared by Executive Order. The Contractor shall provide a shuttle bus which seats fifteen (15) passengers at a minimum for services under this contract and shall furnish a replacement shuttle bus which seats fifteen (15) passengers at a minimum when regular equipment is out of service. All Contractor-provided vehicles shall be equipped with a heating and air conditioning system and a defogger for the windshield. The system shall provide an even temperature throughout the vehicle of not less than sixty-five (65) degrees Fahrenheit and no more than eighty (80) degrees Fahrenheit. The vehicle(s) shall be a shuttle bus that allows for ease of loading and unloading passengers in a timely manner at regular stops. A passenger van is not acceptable. With the exception of emergency roadside maintenance, no maintenance and repair will be performed while vehicles are on Government property. Contractor shall have qualified personnel inspect the vehicles used in the performance of this contract to ensure vehicles are mechanically safe. Contractor shall ensure that all vehicles provided for use in this contract are kept in a clean condition, inside and outside, with the interior free of debris, trash, and spillage. Upon request and within two (2) business days, Contractor shall furnish Government with true and correct copies of any and all maintenance and repair service records. Applicable Standards: (1) The vehicle shall be readily accessible to, and usable by, individuals with disabilities, including individuals who use wheelchairs, and it shall comply with all Federal, State, and local statutory requirements for disabled passenger accessibility. (2) All vehicles shall meet the applicable license, registration, identification, Public Utility Commission, safety, and insurance standards required by State and Federal law. Certificates of Insurance shall list the vehicles in use on this contract. All vehicles shall not be older than five (5) years, in good mechanical condition, and reliable. (3) Contractor shall provide all maintenance and repair services required to ensure all vehicles are serviceable, mechanically safe, and meet all applicable Federal and State vehicle safety inspection requirements. (4) Contractor will be required to discuss their firm's ability in obtaining vehicles that include environmentally sustainable options designed through the Environmental Protection Agency (EPA) and SmartWay Programs that reduce the impact on the environment in the areas of fuel consumption, greenhouse gas, and emissions of air toxics The solicitation will be issued as a small business set-aside utilizing procedures in FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. The applicable NAICS Code is 485410, School and Employee Bus Transportation with a size standard of $15.0M. The intended contract vehicle will be single award contract with firm-fixed unit prices. The period of performance is anticipated to be for a Base Year and 4 Option Years (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start in June 2016. SAM Registration: Interested parties should register in the System for Award Management (SAM), formerly known as CCR. Information on SAM registration can be obtained at https://www.sam.gov/portal/public/SAM/. Please contact SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration. IMPORTANT: The solicitation will be available on or about February 19, 2016 and is anticipated to close on March 11, 2016. The solicitation will incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments, and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS: Questions will not be accepted at this time; there will be a time period specified in the solicitation for receipt of questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/032490bbe9511d20835701728714a206)
 
Place of Performance
Address: Coast Guard Island - Oakland Federal Building, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN04011710-W 20160207/160205234200-032490bbe9511d20835701728714a206 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.