|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1997 PSA#1914Contracting and Purchasing Division, P.O. Box 5069, Marine Corps
Recruit Depot/ERR, Parris Island, S.C. 29905-5000 V -- BUS CHARTER SERVICE FOR MARINE CORPS RECRUITS SOL
M00263-97-B-0002 DUE 090997 POC Contact Barbara Coppinger, Contract
Specialist, (803) 525-2190, Linda Stroh, Contract Specialist, (803)
525-2151 (i) 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 included in this notice. This
announcement constitutes the only solicitation; bids are being
requested and a written solicitation will not be issued. (ii)
Solicitation M00263-97-B-0002 is being issued as an Invitation For Bid
(IFB). (iii) The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 90-46.
(iv) This acquisition is restricted to small businesses. The associated
standard industrial classification code is 4141. (v) The solicitation
contract line item numbers, estimated quantities, units, and item
descriptions, to include option years, are as follows: 0001- Provides
commercial bus transportation of inbound recruits, male and female,
from Charleston International Airport, Charleston, South Carolina, to
Marine Corps Recruit Depot, Parris Island, South Carolina. Estimated
Annual Quantity = 500 buses. Unit/Bus. Unit Price-Base Year -- (1 Oct
1997 through 30 Sep 1998) P/Bus =__ __ ____. Option Period I -- (1 Oct
1998 through 30 Sep 1999) P/Bus __ __ ____. Option Period II -- (1 Oct
1999 through 30 Sep 2000) P/Bus__ __ ____. Option Period III -- (1 Oct
2000 through 30 Sep 2001) P/Bus __ __ ____. Option Period IV -- (1 Oct
2001 through 30 Sep 2002) P/Bus __ __ ____. 0002 -- Delay charges, as
specified in paragraph (vi)(i). Estimated Annual Quantity = 30.
Unit/Hr. Unit Price-Base Year -- (1 Oct 1997 through 30 Sep 1998) P/Hr
=__ __ ____. Option Period I -- (1 Oct 1998 through 30 Sep 1999) P/Hr
__ __ ____. Option Period II -- (1 Oct 1999 through 30 Sep 2000)
P/Hr__ __ ____. Option Period III -- (1 Oct 2000 through 30 Sep 2001)
P/Hr __ __ ____. Option Period IV -- (1 Oct 2001 through 30 Sep 2002)
P/Hr __ __ ____. 0003 -- Cancellation charges as specified in paragraph
(vi)(j). Estimated Annual Quantity = 20. Unit/Bus. Unit Price-Base Year
-- (1 Oct 1997 through 30 Sep 1998) P/Bus =__ __ ____. Option Period I
-- (1 Oct 1998 through 30 Sep 1999) P/Bus __ __ ____. Option Period II
-- (1 Oct 1999 through 30 Sep 2000) P/Bus__ __ ___&llmdash;. Option
Period III -- (1 Oct 2000 through 30 Sep 2001) P/Bus __ __ ____. Option
Period IV -- (1 Oct 2001 through 30 Sep 2002) P/Bus __ __ ____. (vi) A
firm-fixed price indefinite-delivery contract will be issued for one
base year with four option periods. The contract will provide bus
service to transport Marine Corps recruits from the International
Airport, Charleston, South Carolina, to the Marine Corps Recruit Depot,
Parris Island, South Carolina. (a) Schedule of Service -- Normal
requirement is for three scheduled days per week, Monday through
Wednesday. When a Federal Holiday falls on a Monday, the contractor
shall provide bus service Tuesday through Thursday. Federal holidays
are listed as follows: New Year's Day, Martin Luther King's Birthday,
President's Day, Memorial Day, Independence Day, Labor Day, Columbus
Day, Veteran's Day, Thanksgiving, and Christmas. In the event of a
change to either of the schedules identified above, the Government will
provide oral notice within five working days prior to the schedule
change. The notice will be confirmed in writing. The contractor shall
then provide bus service in accordance with the change. Should a
passenger(s) miss their scheduled flight causing the Government to have
an additional unscheduled requirement, the contractor will be given the
opportunity to accept or decline the service. There will be
approximately 11 "No Ship" weeks annually. The term "No Ship" week is
defined to mean a week in which no recruits will be shipped, therefore,
no buses will be required. The contractor will be notified five working
days prior to the beginning of the "No Ship" week. (b) Requirement
Estimates -- The estimated requirement for the base year, 01 October
1997 through 30 September 1998, and each option year thereafter, is
approximately 500 buses for an estimated 20,000 passengers per year.
With peaks and lows in the recruit shipping process, there is no fixed
monthly or quarterly requirement of buses. Each bus shall be capable
of transporting, at a minimum, 43 personnel. The average daily
requirement is approximately two buses, for approximately 80 -- 90
personnel with baggage. The maximum number of buses may be as high as
five per day during peak periods. These estimates are for information
purposes only, and do not obligate the Government to acquire a specific
number of buses for transporting recruits. (c) Bus Specifications --
Buses shall meet the minimum specifications required by the Military
Traffic Management Command (MTMC) and the Department of Transportation
(DOT). (d) Military Traffic Management Command (MTMC) Approval --
Offerors shall be an approved motor coach carrier by MTMC. Offerors
shall submit evidence that they are an approved MTMC carrier with their
bid. Any bid received without this evidence, may be rejected as
nonresponsive. MTMC may be contacted at: HQ MTMC, ATTN: MTOP-QQ, 5611
Columbia Pike, Falls Church, VA 22041-5050, (703) 681-6740. (e) The
Department of Transportation (DOT) Ratings -- Carriers shall be rated
satisfactory to qualify for MTMC approval. Offerors shall submit
evidence of their DOT rating through MTMC with their bid. Any bid
received without evidence of this DOT rating may be rejected as
nonresponsive. (f) Insurance -- Carriers shall have insurance coverage
in the amount required by the Interstate Commerce Commission (ICC)
regardless of whether they are engaged in interstate or intrastate
operations. Commercial insurance is not required for those carriers
self-insured under ICC/DOT criterion. For those interstate carriers not
licensed by ICC, a current certificate of insurance shall be filed with
HQMTMC. A copy of the certification must be submitted with Offeror's
bid. Failure to submit such certification may cause offeror's bid to be
rejected as nonresponsive. (g) State Operating Authority -- Carriers
must have current operating authority from those states in which they
will perform operations for the Government. Offerors shall submit a
copy of their South Carolina State Operating Certificate or a separate
notarized statement that they meet all South Carolina state licensing
requirements with their bid package. Failure to submit the
certification may cause offeror's bid to be rejected as nonresponsive.
(h) Request for Service -- The Marine Liaison at the Charleston
Airport shall act as the Government's Representative and has the
authority to place oral orders for transportation service. Each order
shall include the date services are required and the number of buses
needed on that date. The Contractor shall respond within three hours of
receipt of the Government's oral request. The Government's
Representative has the right to refuse Contractor's service when any
one of the following conditions exist: 1) Contractor's driver is
incapacitated (i.e., drunk or ill) or 2) Contractor's driver is unable
to provide a valid license and/or proper identification, or 3)
Contractor's vehicle does not meet the safety standards required by law
or authority cited herein. (i) Delay -- The Government will compensate
the Contractor for any delay of over 60 minutes once a bus has been
positioned at the Charleston Airport. The Contractor may charge the
Government at the rate per hour as specified in paragraph (v), line
item 0002. (j) Cancellation -- If for any reason the Government fails
to cancel a bus before departure from Contractor's place of business,
the Government shall be liable for the cancellation charge specified in
paragraph (v) line item 0003. (k) Safety and Accident Prevention -- The
carrier, while performing any transportation on a Government
installation shall conform to all safety rules and regulations of the
installation. (l) Accident Reporting -- When a carrier bus is involved
in an accident, the Contractor will, as soon as possible, but no later
than one hour from the time of the accident, provide pertinent
information to the Command Duty Officer at phone number (803) 525-3712.
The information shall, at a minimum, include the date, time, place of
accident, nature of the accident, number of passengers aboard the bus,
number and location of injured passengers, and arrangements to
accommodate the uninjured passengers pending onward travel. The
Contractor shall release information on any injured or deceased
passenger(s) to the Command Duty Officer upon request. (m) Driver
Qualifications -- In addition to meeting the DOT requirements, drivers
shall be legal residents of the United States, be able to communicate
in English, and be properly qualified to operate the type of bus(es)
owned by the contractor. (n) Contractor Delay/Nonperformance -- The
contractor shall compensate the Government for any delay in service or
failure to provide a bus as scheduled. If the Government is forced to
reprocure a service, resulting from a delay in service or
nonperformance by a contractor, the contractor shall be liable for the
contracted amount and any difference between the contracted amount for
the service and the cost to reprocure the service. If the contractor
experiences an emergency situation beyond its control, the contractor
may provide substitute transportation as defined in paragraph (o). (o)
Substitute Services -- The contractor shall not subcontract any part
of this contract. If the contractor is unable to provide a scheduled
service due to an emergency beyond its control, the contractor may
provide substitute transportation at the contractor's own expense
utilizing contractors own resources. The substitute carrier must hold
a current, approved agreement with MTMC. Contractor shall notify the
Contracting Officer, orally, of its intention to substitute carriers.
The notice shall be confirmed in writing within 24 hours of the
substitution. A copy of the substitute carrier's MTMC certification
shall accompany the written notice. (p) Quality Control Plan Contractor
shall provide the Contracting Officer with a copy of its established
quality control program to ensure that contractual requirements are
provided in accordance with standard commercial practices. If
Contractor does not have a current quality control plan, Contractor
shall establish and maintain a plan. A copy will be delivered to the
Contracting Officer within 30 days from date of award. (vii) Inspection
and Acceptance Services shall be inspected and accepted by authorized
Government representatives at the Marine Corps Recruit Depot, Parris
Island, South Carolina. The Government will provide the Contractor with
a copy of a Transportation Receiving Ticket (TRT). Contractor will be
required to reproduce the TRT's at Contractor's own expense.
Contractor's driver shall ensure that TRT's are properly filled out and
signed by the Marine Corps Liaison at the Charleston Airport and
delivered to the Government Representative at destination. The original
copy shall be retained by the contractor, and one copy of the completed
TRT shall be delivered to the receiving Drill Instructor at Parris
Island. A manifest, provided by the Marine Liaison shall also be
delivered by the driver to the receiving Drill Instructor at Parris
Island. All services shall be quoted FOB destination at Recruit
Receiving, Building #6000, Marine Corps Recruit Depot, Parris Island,
South Carolina. The following Federal Acquisition Regulations (FAR)
provisions and clauses apply to this acquisition: (viii) 52.212-1,
Instructions to Offerors-Commercial, applies to this acquisition. (ix)
FAR 52.212-2, Evaluation-Commercial Items, to include the specific
evaluation criteria in paragraph (a): The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The following
factors shall be used to evaluate offers in descending order of
importance: 1) Value based on past performance. 2) Value based on total
cost to the Government to include the cost of estimated delays and
cancellations. 3) Contractor's quality assurance programs. (x) Offerors
shall include a completed copy of provision FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with a copy of its
offer. (xi) The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. The following
additional FAR clauses are incorporated by reference: 52.216-18,
Ordering (a) -- Such orders may be issued from date of award through
contract expiration; 52.216-19; Order Limitations (a) 1 Bus (b)(1) 5
Buses (b)(2) 5 Buses (b)(3) 1 day (d) 1 Hour; 52.216-22,
Indefinite-Quantity (d) 30 September of the contract period; 52.217-9,
Option to Extend Services; 52.232-18, Availability of Funds; 52.247-4,
Inspection of Shipping & Receiving Facilities (b) A site visit has not
been scheduled. (c) For further information contact Barbara Coppinger
at (803) 525-2190; 52.247-5, Familiarization with Conditions;
52.247-6, Financial Statements; 52.247-8, Estimated Weights or
Quantities Not Guaranteed; 52.247-17, Charges and 52.247-21 Contractor
Liability for Personal Injury. (xii) The FAR clause at 52.212-5,
Contract Terms and Conditions Required To Implement Statutes Or
Executive Orders-Commercial Items, applies to this acquisition. The
following additional FAR clauses cited in the clause by reference
apply: (b) FAR 52.203-6, Restriction on Subcontractor Sales to the
Government, with Alternate I; 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns; 52.219-14,
Limitations on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era. (c) FAR 52.222-41, Service Contract Act of 1965, As
Amended. Department of Labor Wage Determination 94-2473-(R10) applies
to this contract and may be provided upon request; 52.222-42, Statement
of Equivalent Rates for Federal Hires and 52.222-43, Fair Labor
Standards Act and Service Contract Act-Price Adjustment. The following
Defense Federal Acquisition Regulations Supplement (DFARS) clauses and
provisions apply to this contract: 252.212-7001, Contract Terms and
Conditions Required To Implement Statutes Applicable to Defense
Acquisitions of Commercial Items. The following additional DFARS
clauses cited in the clause by reference apply: 252.205-7000, Provision
of Information to Cooperative Agreement Holders and 252.233-7000,
Certification of Claims and Requests for Adjustments or Relief. Each
Offeror shall review the preceding clauses and provisions incorporated
by reference in paragraphs (viii through xii) above, and return a
completed copy of FAR 52.212-3 with its offer. A copy of the provision
may be provided upon request. (xiii) Orders shall be placed against
this contract by Marine Corps Recruit Depot (Liaison Office), Parris
Island utilizing the procedures outlined in FAR 16.505. Oral orders
shall be confirmed in writing with an completed Transportation
Receiving Ticket (TRT). Orders may be issued by facsimile, or
electronic commerce methods, when available. The Government reserves
the right to utilize Government (Visa) credit card as a payment method
upon delivery and acceptance of services and receipt of a valid
invoice. Invoices shall be issued monthly and delivered to the Traffic
Management Office (TMO), Parris Island, South Carolina. Invoices must
be issued in accordance with Far 52.212-4(g). (xiv) The Defense
Priorities and Allocation System (DPAS) assigned rating is DO S10. (xv)
Submit bids, to include the completed provision and required documents,
to reach the Contract and Purchasing Division, Attn Formal Contracts
Branch, Bldg 159, Marine Corps Recruit Depot, Parris Island, SC 29902,
on or before 3:00 P.M., Eastern Standard Time, September 9, 1997. Bids
may be faxed at (803)525-2163 provided the bid package and its required
documents are submitted in its entirety within the required time frame.
(xvi) Contact Barbara Coppinger or Linda Stroh, Contract Specialists at
(803) 525-3706. All responsible sources may submit an offer which shall
be considered by the agency. See Note 1 (0231) Loren Data Corp. http://www.ld.com (SYN# 0134 19970821\V-0004.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|