SOLICITATION NOTICE
V -- Ground Transportation Services - Package #1
- Notice Date
- 11/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- 70FB8018Q00000001
- Archive Date
- 11/14/2017
- Point of Contact
- Karley Hoyt, Phone: 2022123859, Armetia Cato, Phone: 202-646-7978
- E-Mail Address
-
karley.hoyt.2@fema.dhs.gov, Armetia.Cato@fema.dhs.gov
(karley.hoyt.2@fema.dhs.gov, Armetia.Cato@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Template Statement of Work Ground Transportation Services Synopsis: This is a combined synopsis/solicitation for commercial supplies prepared in accordance with (IAW) 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. Solicitation Number is 70FB8018Q00000001 and is issued as a Request for Proposal (RFP) in accordance with FAR Part 12. FEMA is soliciting for ground transportation from the designated host city airport to a lodging facility that will house survivors in designated host states until they are transitioned into the TSA program. The ground transportation provider shall provide shuttle/motor coach bus services in accordance with logistical details outlined in the Request for Task Order Proposal (RFTOP). This solicitation incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-83, effective July 2, 2015. The North American Industrial Classification System (NAICS) code is 485999. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions as included in Section C of the RFP. The clauses may be accessed in full text at: 1. https://www.acquisition.gov/far/ 2. http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All Offerors must have an active System for Award Management (SAM) profile to be considered for award. The Government contemplates awarding more than one (1) Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract resulting from this solicitation. Questions are due to the Contracting Officer and Contract Specialist, NLT 9 am EST, November 12, 2017. Proposals are due to the Contracting Officer and Contract Specialist, NLT 6pm EST November 12, 2017 via the instructions listed in the Section E.4 of the RFP. Proposals received after the response due date will not be considered for evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FB8018Q00000001/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04737785-W 20171113/171111230015-982d7e1c3ddcaab66675ef4ae681f18a (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 |