Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOLICITATION NOTICE

V -- CGC BEAR FY25 DDL Bus Quote for Services

Notice Date
3/25/2025 11:39:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR250012007
 
Response Due
3/28/2025 7:30:00 AM
 
Archive Date
04/12/2025
 
Point of Contact
Patricia Fremming
 
E-Mail Address
Patricia.M.Fremming@uscg.mil
(Patricia.M.Fremming@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Update to Solicitation*** SOW changed TASK #2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR250012007. This number is for tracking purposes only. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 485999. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall provide Chartered Bus Transportation Services. A. REQUIREMENT: 1. The contractor shall provide Chartered Bus Transportation Services IAW attached Specification/SOW. 1 JB 2. Primary Points of Destination: USCG BASE PORTSMOUTH, 4000 Coast Guard BLVD. Portsmouth VA 23703-2135 COAST GUARD YARD, 2401 Hawkins Point Road Baltimore, MD 21226-1797 3. REQUIRED PERIOD OF PERFORMANCE DATES: 03 April 2025 and on or about 25 June 2025 Interested Offerors are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and shall provide product/service details, Product Data Sheet, cost breakdown, and Company DUNS and cage code IAW SOW for technical review. NOTE: An award will be made to the Offeror that submitted the lowest priced, technically acceptable quote that meets all contractual requirements stated within this RFQ. The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item. As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a FIRM-FIXED price contract using simplified acquisition procedures in accordance with FAR Part 13.5. Note: Offeror MUST be registered in www.sam.gov The CONTRACTOR shall be responsible for all Contractor work performed under this SOW. The Contractor shall be a single point of contact for the Contracting Officer and the designated Government Representative(s). The Contractor and any employee(s) performing on this SOW shall be able to read, write, speak and understand English. The CONTRACTOR shall be available to the Contracting Officer and/or the designated Government Representative(s) via telephone between the hours of 8:00AM and 4:00PM (0800 and 1600) EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 12 hours of notification. All QUOTES must be received NO LATER THAN 28 March 2025 at 10:30 AM Eastern Standard Time. Email quotes are acceptable and should be sent to Patricia Fremming at email address- PATRICIA.M.FREMMING@uscg.mil. Please ensure that the Solicitation number and project name, ""52000QR250012007 CGC BEAR FY25 DDL Bus Quote for Services"", is stated in the subject line. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.SAM.gov. Any QUESTIONS or concerns regarding any aspect of this RFQ MUST BE forwarded to Contracting Officer, SKC Patricia M. Fremming via email Patricia.M.Fremming@uscg.mil and telephone {757) 628-4136. QUESTIONS DUE: 26 March 2025 at 16:00PM (EST). PROVISIONS / CLAUSES: See attached FAR Clauses and Provisions that apply to this acquisition and are incorporated by reference: *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions-Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88d220f30335435a9d15cf1ee655c26c/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07384661-F 20250327/250325230044 (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.