Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2019 FBO #6365
SOLICITATION NOTICE

V -- TRAM SHUTTLE SERVICE AT FORT PICKENS

Notice Date
4/26/2019
 
Notice Type
Synopsis
 
NAICS
487110 — Scenic and Sightseeing Transportation, Land
 
Contracting Office
NPS, SER - West MABO<br />Gulf islands National Seashore<br />1801 Gulf Breeze Parkway<br />Attn: Contracting Officer 850-934-2614<br />Gulf Breeze<br />FL<br />32563<br />US<br />
 
ZIP Code
32563
 
Solicitation Number
140P5219Q0024
 
Response Due
5/7/2019
 
Archive Date
5/22/2019
 
Point of Contact
Ward, Evans
 
Small Business Set-Aside
Total Small Business
 
Description
FY19 VTS TRAM SHUTTLE SERVICE AT FORT PICKENS (GULF ISLANDS NATIONAL SEASHORE) SYNOSIS: The National Park Service, West Major Buying Acquisition Office, has a requirement for a single firm-fixed price commercial services transportation contract. The purpose of the Visitor Transportation System (VTS) at Gulf Island National Seashore (GUIS) is to provide transportation for passengers riding the concessioner run tour boat service to Fort Pickens as well as park and ride option for visitors arriving by own vehicle. Contractor shall provide all supervision and personnel necessary to provide the land transit service as defined in contract documents [Attachment 1 - Performance Work Statement]. At least one tram running during the schedule, and maybe more (up to three) trams when warranted by an increase in ridership of the ferry boats. GOVERNMENT-FURNHISHED EQUIPMENT: The NPS will provide a fleet of 27 passenger tram (motor and trailer unit) Model: Moto EV Electro Transit Buddy. PERIOD OF PERFORMANCE: 2019 VTS tram operations Start Date: May 20, 2019 and End Date: October 31, 2019. Hours of operation: 9:30 AM -- 5:30 PM daily during Peak Season (May 15 - Aug 15) and Fri-Sun only during shoulder season (AUG 16 - OCT 31) ACQUISITION METHOD: This acquisition is being issued as a Request for Quotation (RFQ) in accordance with the simplified acquisition method and procedures found in FAR Subparts 12 and 13, including the use of Standard Form 1449, Solicitation/Contract/Order for Commercial Items. SET-ASIDE: 100% small business under NAICS code 487110 Scenic and Sightseeing Transportation with size standard of $7.5 in millions of dollars. QUALIFICATIONS: Personnel Hiring Requirements and other minimum standards and or qualifications are found in Section C.3.6. of PWS. STREAMLINED EVALUATION OF OFFERS: Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the services offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed work plan meets or exceed the Government requirement. Solicitations for commercial items do not contain subfactors for technical capability when the solicitation adequately describes the intended use. A technical evaluation would normally include examination of such things as contractor's qualifications; satisfactory performance record; satisfactory record of integrity and business ethics; necessary organization, experience, accounting and operational controls; as well as technical skills, quality assurance measures, and safety programs applicable to services to be performed by the prospective contractor and subcontractors. Past performance shall be evaluated in accordance with the procedures in 13.106. PRICE ANALYSIS: Before making award, the contracting officer must determine that the proposed price is fair and reasonable. (1) Whenever possible, base price reasonableness on competitive quotations or offers. (2) If only one response is received, include a statement of price reasonableness in the contract file. The contracting officer may base the statement on- (i) Market research; (ii) Comparison of the proposed price with prices found reasonable on previous purchases; (iii) Current price lists, catalogs, or advertisements. However, inclusion of a price in a price list, catalog, or advertisement does not, in and of itself, establish fairness and reasonableness of the price; (iv) A comparison with similar items in a related industry; (v) The contracting officer ¿s personal knowledge of the item being purchased; (vi) Comparison to an independent Government estimate; or (vii) Any other reasonable basis. RESPONSE DUE DATE: The deadline for the submission of responses is at least 10 days after solicitation notice published in FBO on or before 10:00 AM CY on 05/07/2019 All quotations or offers that are timely received electronically via FedConnect.net or Email: andre_ward@nps.gov shall be considered. If the contracting officer receives only one acceptable offer from a responsible small business concern in response to a set-aside, the contracting officer should make an award to that firm. If the contracting officer receives no acceptable offers from responsible small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, shall be resolicited on an unrestricted basis. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5219Q0024/listing.html)
 
Place of Performance
Address: Gulf Islands National Seashore<br />Fort Pickens Area<br />1400 Fort Pickens Road<br />Gulf Breeze<br />FL<br />32563<br />usa<br />
Zip Code: 32563
Country: usa
 
Record
SN05294038-F 20190428/190426230014 (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.