Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2024 SAM #8123
SOLICITATION NOTICE

V -- JBAB School Bus Services

Notice Date
2/21/2024 5:04:19 AM
 
Notice Type
Solicitation
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
FA7060 11TH CONTRACTING SQ PK WASHINGTON DC 20032-2110 USA
 
ZIP Code
20032-2110
 
Solicitation Number
FA706024R0002
 
Response Due
2/28/2024 8:00:00 AM
 
Archive Date
03/14/2024
 
Point of Contact
Rachael Blosser, Welth Cooper, Phone: 240-636-2996
 
E-Mail Address
rachael.blosser.1@us.af.mil, Welth.Cooper@us.af.mil
(rachael.blosser.1@us.af.mil, Welth.Cooper@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
2/21/2024 UPDATE - QA Responses Added to Attachments. Joint Base Anacosita-Bolling seeks to obtain School Bus Transportation Services. The Contractor shall provide non-personal commercial services of School Bus Transportation Services for Joint Base Anacostia-Bolling (JBAB) in Washington, D.C. This critical service provides pick-up and drop-off services to transport children living in Base Housing on Joint Base Anacostia-Bolling to their respective District of Columbia Public and/or Charter Schools, which is a privilege, not a right. Transportation is also available to dependents of Active Duty or Department of Defense (DoD) civilian personnel in grades Kindergarten through 12th grade residing in military housing in the D.C. area and registered at a school listed. Military housing in the D.C. area includes: JBAB, the Navy Yard, Ft. McNair, and the Marine Barracks. Students who reside on the Navy Yard, Ft. McNair, or the Marine Barracks at 8th and I Street must come to JBAB for School Bus Transportation, if desired. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, school buses, transportation, incidental engineering, and other items necessary to provide school bus transportation services for approximately 500 school age children for JBAB to schools. The buses shall not be older than ten (10) years to fulfill the requirements of this contract; and shall be compliant with all Federal, State, County, and municipal laws, statutes, ordinances, rules, and regulations. The period of performance for this requirement is three (3) years comprised of a one (1) year base period and two (2) � one (1) year Option periods. Base Year � 1 August 2024 through 31 July 2025 Option Year I � 1 August 2025 through 31 July 2026 Option Year II � 1 August 2026 through 31 July 2027 This requirement will be solicited as a 100% Small Business Set-Aside with the intent to award a Firm-Fixed Price Commercial Services Contract.� Award is anticipated to be made, in accordance with the acquisition procedures established in FAR 15.101-1, 15.3 and FAR 12.�Anyone wishing to participate in this proposed procurement must obtain their copy from the internet.� Copies will not be mailed from the Contracting Office or Contracting Officer.� All amendments will be posted to www.SAM.gov. ��Contractors will be solely responsible for obtaining amendments from this site to update files. Interested offerors should carefully review all documents related to this solicitation: Attachment 1 - Performance Work Statement (PWS)� Attachement 2 - Wage Determination Attachment 3 - Pricing Worksheet Attachment 4 - Addendum to 52.212-1 and 52.212-2 (provides complete instructions for Proposal Submission and Evaluation criteria) Notice to Offerors: NOTE 1:�All offeror(s) must be registered and active in the System for Award Management (SAM) website (https://www.SAM.gov) and Dynamic Small Business Search website (https://dsbs.sba.gov/search/dsp_dsbs.cfm). The offeror(s) listed on the Solicitation Standard Form 1449, Block 17a. and resulting contract award must be a Small Business registered under NAICS 485410.� Offeror(s) registration will be verified and reviewed at the time of proposal submission and contract award. Failure to have and maintain an active registration on both websites will cause offeror(s) to be ineligible for award or future awards. Further, the submitted proposal will be labeled as non-responsive and not considered for award. NOTE 2: �Notice to Offerors: Funds are not presently available for this effort.� No award will be made under this Solicitation until funds are available.� The Government reserves the right to cancel this Solicitation, either before or after the closing date.� In the event the Government cancels this Solicitation, the Government has no obligation to reimburse an offeror for any costs.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ca86d1f87ba4c13ac819e2e1e399061/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN06972003-F 20240223/240221230046 (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 |
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.