SOLICITATION NOTICE
V -- Base Notice: Medal of Honor Transportation - W91CRB-23-R-0015
- Notice Date
- 5/23/2023 7:18:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485510
— Charter Bus Industry
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-23-R-0015
- Response Due
- 6/2/2023 6:00:00 AM
- Archive Date
- 06/17/2023
- Point of Contact
- Ron Turing, Sharon Snow
- E-Mail Address
-
ronald.h.turing.civ@army.mil, sharon.l.snow.civ@army.mil
(ronald.h.turing.civ@army.mil, sharon.l.snow.civ@army.mil)
- Description
- (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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. The U.S. Army Contracting Center - Aberdeen Proving Ground (ACC-APG) in support of the Office of the Administrative Assistant to the Secretary of the Army is seeking transportation support services for the United States Army Medal of Honor Ceremonies. (ii) The solicitation number is W91CRB-23-R-0015. This is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (iv) This acquisition is being solicited as a full and open competition. The associated NAICS code to this acquisition is 485510 and business size standard is $19,000,000. (v) Contract Line Items are as follows: CLIN 0001 The Contractor shall provide four (4) 55+ coach passenger buses on DATE TBD, to accommodate 200 passengers. The buses will travel from the TBD HOTEL in Arlington, VA to the White House and return after completion of the ceremony. The Contractor shall upon notification from Government personnel have all coach passenger buses available within a minimum of 48 hours. CLIN 0002 The Contractor shall provide four (4) 55+ coach passenger buses on DATE TBD, to accommodate 200 passengers. The buses will travel from the TBD HOTEL in Arlington, VA to Joint Base Myer Henderson Hall, Arlington, Virginia and return after completion of the ceremony. The Contractor shall upon notification from Government personnel have all coach passenger buses available within a minimum of 48 hours. CLIN 0003 Contractor Manpower Reporting Requirement NSP (vi) The offeror must meet all requirements of the attached Performance Work Statement (PWS) in order to be considered technically acceptable. (vii) The resultant contract will be an indefinite delivery / indefinite quantity (IDIQ) contract with an ordering period of FIVE (5) years. Inspection and acceptance: Destination. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (ix) The Government intends to award to the responsible offeror proposing the lowest priced �technically acceptable venue. (x) Offerors are to include a completed copy of the provision at 52.212-3 Alternate I, Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) Federal Acquisition Regulation (FAR) clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses cited here are applicable to the acquisition: 52.204-15, 52.209-6, 52.216-19, 52.216-22, 52.217-8, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.245-1, 52.245-2 and Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.203.7005, 252.204-7004, 252.204-7004, 252.211-7007, 252.225-7001, 252.232-7006, 252.232-7010, and 252.245-7002. As part of price evaluation, the Government will evaluate its option to extend services, ��provided for by FAR clause 52.217-8, by adding the price of two (2) trips to the Offeror's total price. Offerors shall only price the base period. Offerors shall not separately price for the potential extension of services period. The Government is not obligated to exercise any option period and may, in the Government�s discretion, choose to exercise the Extension of Services at the end of any performance period, utilizing the price/rates of that current performance period. (xiii) Place of Contract Performance: The Contractor shall upon notification from Government personnel have all coach passenger buses available within a minimum of 48 hours. START TIME: 0700 END TIME: 1800 Round trip bus transportation from the TBD HOTEL in Arlington, VA to the White House, Washington, DC. START TIME: 0600 END TIME: 1700 Round trip bus transportation from the TBD HOTEL in Arlington, VA to the Joint Base Myer Henderson Hall, Arlington, VA. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quotation submission instructions - Quotes shall be submitted in contractor format and shall include: (1) Company name, address, telephone number, e- mail address, and FAX number; (2) Solicitation number; (3) Unit price and extended prices; (4) Contractor DUNS number and Commercial, Government Entity (CAGE) Code and Tax Identification Number; (5) Signed acknowledgements of any amendments, if any amendments to this combined synopsis/solicitation are issued. Technical capability statement that provides clear, concise evidence of the ability to meet or exceed the requirements of the performance work statement. All questions must be submitted, in writing to: ronald.h.turing.civ@army.mil no phone calls will be accepted. The full text for the FAR and DFAR references can be obtained at https://www.aquisition.gov. Responses to this RFQ shall be sent electronically via e-mail to ronald.h.turing.civ@army.mil. Please note that .ZIP files cannot be accepted through the e-mail server. Do not send .ZIP files. Quotes are due at 9:00 a.m. EST, Friday, 2 June 2023. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e1f73b6202184bc8bfb8cb355f81cbd6/view)
- Record
- SN06691624-F 20230525/230523230119 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |