Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2025 SAM #8510
SOLICITATION NOTICE

V -- CoC Shuttle Bus Service

Notice Date
3/13/2025 12:33:24 PM
 
Notice Type
Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-25-Q-0004
 
Response Due
3/19/2025 1:00:00 PM
 
Archive Date
03/20/2025
 
Point of Contact
MADELINE R JACKSON, Phone: 4073804925, Elysa Winters
 
E-Mail Address
madeline.r.jackson.civ@us.navy.mil, elysa.m.winters.civ@us.navy.mil
(madeline.r.jackson.civ@us.navy.mil, elysa.m.winters.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation number N61340-25-Q-0004 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2019-01. This procurement is being solicited as a women owned small business set-aside with an associated North American Classification System (NAICS) code of 485510 (Charter Bus Industry) with a value of $15M. The Product Service Code is V222. The award will be made on a competitive basis and the offeror is to procure and deliver all of the spare parts listed in Attachment 1. It is anticipated that this award will be made on a Firm Fixed Price (FFP) contract. Interested sources are encouraged to submit a quote. All information shall be furnished at no cost or obligation to the Government. GENERAL REQUIREMENTS The contractor shall provide three buses to meet the departure and arrival schedules considering possible traffic delays, transporting up to 56 people per trip. 3.1. The Contractor shall: 3.1.1 Provide buses with the following characteristics: 3.1.1.1 Air-Conditioned; 3.1.1.2 56-passenger capacity or greater; 3.1.1.3 Wheel chair accessibility on buses described in the schedule contained in this document marked as �ADA�. 3.1.1.4 Radio dispatch (within the company) during the hours buses are being used to transport a Department of Defense (DoD) employees and approved contractors. 3.1.2 Transport Government employees between NSA Orlando, 12211 Science Drive, Orlando, FL 32826 and Steinmetz Hall the Dr. Phillips Center for the Performing Arts at 445 S Magnolia Ave, Orlando, Florida 32801 according to the schedule contained in this document. 3.1.3 Provide drivers and support personnel shall be able to read, write, speak, and understand English fluently. 3.1.4 Provide proof of at least $5,000,000 insurance certificates with concurrence that the government will be added to their liability policy at the time of contract for the length of the contract. 3.1.5 Maintain and provide a report, by 20:00 on 15 May 2025, via email to the Government�s Bus Coordinator, which lists the statistics of how many passengers were on each bus, broken out according to the schedule per each 1-way trip outlined at the end of this document. 3.1.6 Include all tolls, fuel charges and driver�s gratuity in the quoted price. 3.1.7 Ensure the company providing transportation is an approved carrier by the Department of Transportation and the Department of Defense (DoD) which means that carriers must have also successfully passed a pre-qualification inspection. 3.1.8 Provide a single POC for the day of the event, with that POC name and cell phone number to Government�s Bus Coordinator or designated POC by 1700 on 14 May 2025, the day prior to service. The Contractor�s POC will be available via cell phone daily during the hours of 0600 and 2000, and will be responsible for adjusting to circumstances that impact bus operation. 3.1.9 In the event of a bus delay or if for any reason a replacement bus is required, the contractor shall provide a replacement bus within 45 minutes, and is not to impact the subsequent bus departures. In the event of a bus breakdown or mechanical failure, the Contractor shall have a notification system (radio dispatch) in place to ensure replacement or repairs. Contractor shall have back-up bus(es) available to enable continued and timely transportation services in order to meet all departures and arrivals. 3.1.10 Ensure departure and arrival of all buses at designated times to and from NSA Orlando and the Dr. Phillips Center for the Performing Arts. In order to meet the schedule it is anticipated the most efficient route will be via toll road (e.g. SR408). 3.1.11 Handle all problems or issues associated with arrival/departure of buses and ensuring adequate buses are available to maintain schedule. 3.1.12 Check government photo identification, in accordance with Enclosure (1). 3.1.13 Ensure drivers are familiar with the location of pick-up and drop-off points before the services begin. 3.1.14 Immediately report personnel attempting to board the bus without appropriate identification to Government�s Bus Coordinator. 3.1.15 Provide assistance to passenger(s) requiring aid in boarding and disembarking the bus. 3.1.16 Cooperate with and submit to a Security Check defined as follows: 3.1.17 Security checks shall be enforced as necessary. All buses are subject to inspection outside of NSA Orlando. Buses shall be staged in the parking lot adjacent to the NSA Orlando main gate, across from the Pass and I.D. Building. Contractors (bus drivers) shall be required to show a form of identification in addition to their company�s identification. A list of the names of all bus drivers shall be emailed to the Government�s Bus Coordinator by 17:00 on Tuesday, 13 May 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/496fc78df48f40988c80b2dada25e326/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN07370895-F 20250315/250314000105 (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.