Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
SOURCES SOUGHT

V -- School Bus Transportation

Notice Date
3/4/2016
 
Notice Type
Sources Sought
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
N40080 NAVFAC Washington, PWD Joint Base Anacostia-Bolling 370 Brookley Ave Washington, DC
 
ZIP Code
00000
 
Solicitation Number
N4008016R1601
 
Response Due
3/16/2016
 
Archive Date
4/16/2016
 
Point of Contact
Katie.fogle@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought notification. This is a market research tool to determine the availability of sources. This announcement is for information and planning purposes only. The intent of this notice is to identify all 8(a) Small Business certified by the Small Business Administration (SBA) capable of providing school bus transportation vehicles at Joint Base Anacostia-Bolling (JBAB). The North American Industry Classification System ( NAICS) code for this proposed competitive procurement is 485410 ( size standard $15 Million). This procurement is for a single award contract. The contract is for one (1) twelve month base year and two (2) twelve month option periods, not to exceed 36 months. The Contractor shall provide twelve (12) school bus transportation vehicles to transport approximately 300 school-age children from Joint Base Anacostia-Bolling, to neighboring Washington D.C. public schools within approximately a five mile radius of the installation. School bus service shall be provided to schools in session between normal school hours, Monday through Friday, for approximately 180-182 school days (more or less, depending on school jurisdictions and laws). The following school bus sizes and quantities are required: one (1) 72 passenger two (2) 40 passenger, one (1) 34 passenger two (2) 30 passenger two (2) 24 passenger four (4) 14 passenger Buses operating under this contract shall be certified and include required components to be properly designated as a school bus transportation vehicle. All guidelines as outlined in CFR Title 49, Chapter V, Part 571, National Highway Traffic Safety Administration (NHTSA), and Highway Safety Program Guideline #17 (Pupil Transportation Safety) will apply to all buses used under this contract. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirements of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration, Maintenance and repairs are the sole responsibility of the Contractor. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for safe, reliable and efficient operations. Bus operators shall comply with all Federal, state, and local laws and regulations regarding certification, training and licensing/permits. All bus operators shall be trained by the Contractor in appropriate emergency evacuation procedures for a bus, including the safe and expedient evacuation of all student passengers. All bus operators shall be trained and maintain current certification in Red Cross CPR and First Aid procedures for children and young adults. Licenses, driving, and training records shall be available for inspection by the Performance Assessment Representative (PAR) within one calendar day upon request by the PAR or Contracting Officer (KO). PAGES IN EXCESS OF THREE (3) PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Respondents will not be notified of the result of the evaluation. A.The documentation shall address, at a minimum, the following: 1) Name and address of firm 2) Data Universal Numbering System (DUNS) number 3) Commercial and Government Entity (CAGE) code number 4) Year firm was established and number of employees 5) Small Business designation/status B.Indicate if your current inventory has the required sizes/number of buses listed above. If not, indicate the approximate lead time to procure the required buses and method of procurement (lease v. purchase). C.Relevant experience to include experience in performing efforts of similar value, scope, and size within the last three (3) years. The following Government or commercial information shall be provided for each of your relevant experiences: 1.Contract number and project title 2.Name of contracting activity 3.Primary Point of Contact for the project. Provide name, telephone number and email address for point of contact. 4.Indication of whether your firm acted as the prime contractor or was a subcontractor 5.Contract period of performance and contract value 6.Brief summary of work performed and how it related to the services sought by this Request for Information DUE DATE: Interested parties should send their Capabilities Statement Package by 15:00 (EST) on Wednesday, 16 March 2016 to katie.fogle@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebeffafef25aa006911336cf42312912)
 
Place of Performance
Address: 370 Brookley Ave, Washington, DC
Zip Code: 20032
 
Record
SN04040034-W 20160306/160304234559-ebeffafef25aa006911336cf42312912 (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.