Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2001 PSA #2960
SOLICITATIONS

V -- V-TRANSPORTATION, TRAVEL, & RELOCATION SERVICES

Notice Date
October 17, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT WASHINGTON, 1014 N Street SE, Suite 400 Washington Navy Yard, Washington, DC, DC, 20374-5014
ZIP Code
20374-5014
Solicitation Number
N00600-02-R-0088
Response Due
October 23, 2001
Point of Contact
James Barrett, Contract Specialist, Phone 202-433-6383, Fax 202-433-0038, Email James_P_Barrett@fmso.navy.mil -- Sherry Carner, Contract Specialist, Phone 202 433-0772, Fax 202 433-9586, Email Sherry_L_Carner@fmso.navy.mil
Description
This is a synopsis for commercial services, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in the Request for Proposals (RFP). The RFP is being issued utilizing FAR 13.5, Simplified Acquisition Procedures. The Fleet and Industrial Supply Center (FISC), Norfolk Detachment, Washington, DC has a requirement for the National Naval Medical Center (NNMC), Bethesda, Maryland to provide weekday shuttle bus service which connects places of work for both command and tenant personnel with public transportation bus stops located in and around the NNMC. The operation of two bus lines, the Blue Line and the Gold Line, is required to accommodate the AM rush that will run between the hours of 0610 and 0855 and the PM rush that will run between the hours of 1445 and 1730 for the purpose of picking up and discharging passengers at designated stops around the NNMC campus and the Medical Center Subway station. It is required that all potential offerors provide proof of appropriate liability insurance and maintain the appropriate level of coverage throughout the duration of the contract. Shuttle bus operators are required to have a valid Commercial Drivers License (CDL). It is anticipated that this will be a Firm Fixed Price contract awarded to the lowest cost, technically acceptable and responsible offeror. The contract will consist of an eleven (11) month Period of Performance, anticipated from 01 November 2001 to 30 September 2002. The specific services are described in the Statement of Work that will be included in the solicitation. This requirement is unrestricted, full and open. The federal Supply Code (FSC) is V222. The North American Industry Code (NAICS) is 485113. Release of the solicitation is expected on 16 October 2001. After issuance of the solicitation, it will be made available on the following website: http://www.neco.navy.mil. Hard copies of the solicitation can be obtained by faxing a request to the FISC Customer Service Center at 202-433-9569. Please include your full company name, point of contact, phone/fax numbers, business size, CAGE code, DUNS number and your Federal Tax ID number. NOTE: ALL VENDORS AND PROSPECTIVE DEPARTMENT of DEFENSE CONTRACTORS MUST BE REGISTERED IN THE DoD CENTRAL CONTRACTOR REGISTERATION (CCR) DATABASE TO RECEIVE AWARDS. Registration may be done on-line at http://www.ccr2000.com. FUNDS ISSUED IN ANTICIPATION OF ENACTMENT OF A FISCAL YEAR 2002 DoD APPROPRIATION ACT OR FISCAL YEAR 2002 CONTINUING RESOLUTION AUTHORITY. OBLIGATIONS AGAINST THESE ALLOCATIONS MAY NOT BE MADE PRIOR TO 1 OCTOBER 2001 AND ARE SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. Mandatory information for Electronic Funds Transfer Payment (FAR 232-33)(May 1999) applies.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00600/N00600-02-R-0088/listing.h tml)
Record
Loren Data Corp. 20011019/VSOL002.HTM (D-290 SN5108I1)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on October 17, 2001 by Loren Data Corp. -- info@ld.com