Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2024 SAM #8354
SOLICITATION NOTICE

V -- Bus Service supporting the Air/Tanker Association Annual Event

Notice Date
10/9/2024 6:30:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA445225Q0001
 
Response Due
10/16/2024 8:00:00 AM
 
Archive Date
10/31/2024
 
Point of Contact
Andres Silva, Phone: 6182569952, Melanie Achdjian, Phone: 6182560049
 
E-Mail Address
andres.silva.8@us.af.mil, melanie.achdjian@us.af.mil
(andres.silva.8@us.af.mil, melanie.achdjian@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBJECT: Simplified Acquisition Proposal Request (SAPR), FA445225Q0001, Small Business Set-Aside, Symposium Charter Bus Service supporting the Air/Tanker Association Annual Event. 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. It is the intent of the 763d Enterprise Sourcing Squadron to award a firm-fixed-priced (FFP) contract to a small business. This SAPR is for subject project to be awarded pursuant to Federal Acquisition Regulation (FAR) 13 and the specific requirements outlined in this request with attachments. This requirement is to provide charter bus service loops 31 October � 3 November 2024 between the Dallas/Fort Worth (DFW) International Airport Corporate Aviation Fixed-Base Operator (FBO) Ramp, the Gaylord Texan Resort & Convention Center (1501 Gaylord Trail, Grapevine, TX, 76051) and the satellite hotel pick-up/drop-off location (2200 Bass Pro Court [Hilton Garden Inn, Courtyard Marriot, and TownePlace Suites. The contracted company shall have the authorization to operate within the DFW FBO south ramp flight line. All certifications that are required to operate a vehicle within the airport FBO flight line access is the sole responsibility of the contractor and will be obtained at no additional cost to the Government. The daily requirement is as follows, Attachment 3: A.Thursday, 31 October 2024 � Seven (7) buses for non-stop shuttle service between DFWFBO ramp and the Gaylord. Later in the day, a single shuttle bus will be needed forcontinuous, not-stop shuttle services between the Gaylord and satellite hotels. This willconsist of the following: �Seven (7) buses shall provide non-stop shuttle service from Dallas/Fort WorthInternational FBO to the Gaylord Texan Resort & Convention Center at the main dropoff point between the hours of 8:45 AM � 5:00 PM. After passenger and baggage pick-up from DFW FBO ramp, each bus will depart to the Gaylord to drop off passengers andbaggage before returning to DFW FBO ramp to repeat the loop. The first bus shall be inposition at Dallas/Fort Worth International Airport Corporate Aviation FBO Ramp areano later than 8:30 AM. The schedule for arrivals will be provided by Headquarters AirMobility Command (HQ/AMC). �At 3:00 PM, one (1) of the seven buses shall transition to provide non-stop shuttle service between the Gaylord and the satellite hotel pick-up/drop-off location. Shuttle service shall be provided from 3:00 PM until 12:00 AM (Midnight). B. Friday and Saturday, 1 � 2 November 2024 � One (1) bus shall provide non-stop shuttle service between the satellite hotel pick-up/drop-off location and the Gaylord between the hours of 6:30 AM � 12:00 AM (Midnight) and the bus shall be in position at the satellite hotel pick-up/drop-off location no later than 6:15 AM. C. Sunday, 3 November 2024 � Seven (7) busses shall provide non-stop shuttle service between the: Satellite hotel pick-up/drop location and the Gaylord; and between the Gaylord and the and the DWF FBO ramp. The schedule shall consist of the following coverage: � One (1) bus shall provide continuous, non-stop shuttle service between the satellite hotel pick-up/drop-off location and the between 7:30 AM � 12:00 PM and shall be in position at the Satellite hotel pick-up/drop location no later than 7:15 AM. � Six (6) buses shall provide continuous, non-stop shuttle service between the Gaylord and DFW FBO ramp between 8:00 AM � 4:00 PM. The buses shall be in position at Gaylord no later than 7:45 AM. � The schedule for the DFW FBO Ramp flight line departures will be provided by HQ/AMC. D. All the above itineraries are subject to minor time changes on the day of execution due to operational requirements. The Government will coordinate minor time changes with the bus charter company point of contact (POC). Dates and locations will not change. 2. The selection methodology for award of this contract will be Lowest Price Technically Acceptable (LPTA). The Government intends to award a single, firm fixed price contract for the subject project. This solicitation has been deemed a Small Business Set-Aside in accordance with FAR 19.502-2 Total small business set-asides. 3. A site visit/preproposal conference will not be held for this requirement. 4. Questions and Answers: Contractors are cautioned that all communications are to be channeled through the Contracting Officer. Any questions, whether technical or contractual in nature, shall be submitted in writing. Questions and Answers shall be submitted via attachment Q&A Matrix to the Contract Specialist (CS), Melanie Achdjian at Melanie.Achdjian@us.af.mil AND the Contracting Officer (CO) Andres Silva at andres.silva.8@us.af.mil by 09:00 (Central Time), (Wednesday, 9 October 2024). Questions will be consolidated, and responses will be forwarded to all Contractors. No further questions will be addressed on this project after this date. 5. This SAPR is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. The Government reserves the right not to award a contract in response to this SAPR. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. If an Offeror will be submitting a proposal in response to this SAPR, the Offeror shall submit a notice to CS and CO via email NLT Central Standard Time (CST)) by 10:00 AM CST on Wednesday, 16 October 2024. 6. Proposals are due by 10:00 AM CST on Wednesday, 16 October 2024. Proposals shall be submitted via email to the following emails: Andres Silva, via email at Andres.Silva.8@us.af.mil or Melanie Achdjian, via email at Melanie.Achdjian@us.af.mil. All electronic submissions shall reference the complete SAPR number in the subject line. LATE PROPOSALS MAY BE ACCEPTED IF ONLY ONE OFFEROR IS SUBMITTED. After receipt of your proposal, the CS or CO will email a confirmation of receipt. If you do not receive a confirmation of receipt before the proposal due date/time the Offeror is encouraged to reach out to the CS and CO to ensure the proposal was received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53593134fb5949d1903a01d70ad79435/view)
 
Place of Performance
Address: Grapevine, TX 76051, USA
Zip Code: 76051
Country: USA
 
Record
SN07236999-F 20241011/241009230101 (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.