Federal Bid

Last Updated on 28 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Transportation Support for CHDS SDP Course

Solicitation ID HQ001313T0018
Posted Date 06 Aug 2013 at 8 PM
Archive Date 28 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Defense Security Cooperation Agency
Agency Department Of Defense
Location United states
Solicitation Number: HQ001313T0018

Notice Type: Combined Synopsis/Solicitation

(i) This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number HQ001313T0018 is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Effective July 26, 2012. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation.

(iv) This solicitation is issued under FAR Part 13 - Simplified Acquisition Procedures. This solicitation is to procure passenger bus transportation for approximately forty-five (45) student participants from 22 September through 13 October 2013. Please see the attached statement of work (SOW) for specific requirements. This solicitation is being issued as a 100% small business set aside under North American Industry Classification Standard (NAICS) code is 485510, Charter Bus Industry. The small business size standard is $14 million.

NOTE: Vendors must be a Defense Travel Management Office (DTMO) approved carrier with an active Military Bus Agreement in order to be considered for award.

(v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation.

Period of performance: 22 September through 13 October 2013
Place of Performance: DC Metro Area as specified in the attached tentative schedule.
DSCA intends to purchase the services under the following Contract Line Items (CLINs):
0001 Airport pick-ups 22 September 2013; quantity 1 each
0002 Airport drop-offs 12 October 2013; quantity 1 each
0003 Transfers between Lodging Facility (TBD) to Ft McNair; quantity 30 each

Note:
a. Alternate unit of measure such as by day or type of vehicle or other industry normal accepted unit of measure will be considered.
b. See attached Tentative Bus Schedule for schedule details.

The transportation services provided under the above CLINs will support the Center for Hemispheric Defense Studies' (CHDS) Strategy and Defense Policy (SDP) Course currently scheduled for 23 September through 12 October 2013. The awardee will be required to provide driver and vehicle information at least 72 prior to commencing services for installation security purposes.

(vi) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following evaluation factors shall be used to evaluate offers:

(vii) Evaluation Factors
The Evaluation factors are Technical Capability, Past Performance and Price
- Technical Capability: Vendor shall demonstrate capability to support the services identified in the attached Statement of Work and Schedule. Vendor must be a Defense Travel Management Office (DTMO) approved carrier with an active Military Bus Agreement. Proposals submitted by vendors that do not have an active Military Bus Agreement will not be considered for award.
- Past Performance: The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance.
- Price: The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for award.

Relative importance of factors: Technical Capability is slightly more important than price which is slightly more important than Past Performance. When combined the non-price criteria are more important than price. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal.

The provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors must be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply:

52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g))
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012)
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007)
52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
52.246-4 Inspection of Services - Fixed Price
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.243-7001, Pricing of Contract Modifications
252.243-7002, Request for Equitable Adjustment

Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items]. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far.

(vii) Submission Requirements:

1. The offerors submissions shall include a list (size and type) of proposed vehicles that will be used to support the identified requirements.
The offerors submission shall be arranged and presented by each requirement as presented in the requirements list.
Offeror must be DOD approved carrier by DTMO and listed on the Military Bus Program's list of Approved DOD Bus, Van, and Limo carriers.
2. Past Performance - Offerors shall submit point of contact (POC) information for three (3) recent similar requirements. Contact information shall include:
Name of POC.
Email address of POC.
Contract Number/Name/Period of Performance
A description of work performed on the subject contract.
3. Vendor shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. Vendor shall provide their cancellation policy and any associated fees with the price submission.
Offers shall be submitted by 13 August 2013 no later than 2PM EST. Offers shall be submitted via email to Janet.D'[email protected] with the subject line "HQ001313T0018 CHDS SDP Transportation Services". Facsimile submissions will not be accepted.

Further details regarding the requirement can be found in the attached Performance Work Statement (PWS).

 

Bid Protests Not Available

Similar Past Bids

Washington District of columbia 06 Feb 2013 at 8 PM
Location Unknown 15 Feb 2013 at 9 PM
Location Unknown 06 Aug 2013 at 7 PM
Location Unknown 16 Sep 2013 at 1 PM

Similar Opportunities

Lackland air force base Texas 31 Dec 2025 at 10 PM
Scott air force base Illinois 28 Jul 2025 at 8 PM
Philadelphia Pennsylvania 31 Jul 2025 at 7 PM
Fort myer Virginia 28 Jul 2025 at 2 PM
Bruceton mills West virginia 04 Aug 2025 at 2 PM