Charter Bus

expired opportunity(Expired)
From: Federal Government(Federal)
FA448419QA013

Basic Details

started - 11 Jun, 2019 (about 4 years ago)

Start Date

11 Jun, 2019 (about 4 years ago)
due - 26 Jun, 2019 (about 4 years ago)

Due Date

26 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA448419QA013

Identifier

FA448419QA013
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (708859)DEPT OF THE AIR FORCE (60446)AMC (72615)FA4484 87 CONS PK (523)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 COMBINED SYNOPSIS/SOLICIATIONBus Services for School Age Summer Camp Field Trips 2019Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ This is a combined synopsis/solicitation for bus services for school age summer camp field trips 2019 to support Joint Base McGuire-Dix-Lakehurst, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA448419QA013 is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 (effective 5 June 2019) and Defense Federal Acquisition Regulation Supplement 20190531 (effective 31 May 2018). It is the contractors' responsibility to be familiar with applicable clauses
and provisions. This requirement is being issued as 100% small business set-aside. The North American Industrial Classification System Code is 485510 with a size standard of $15M. The government intends to issue a firm fixed price purchase order. The period of performance for this effort is 8 July 2019 - 15 September 2019. Request all offerors to submit their prices on the attached spreadsheet and submit past performancequestionnaires to references for efforts similar to the Government requirement. Additionally, offerors must provide insurance information with their quote. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1.(attached) QUOTES DUE DATE: All quotes are due no later than 26 June 2019 at 1:00pm EST. Quotes may be emailed to nicholas.mcgrath@us.af.mil, or mailed to 87th Contracting Squadron, ATTN: TSgt Nicholas McGrath, 2402Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated may be accessed via theInternet at http://farsite.hill.af.mil Federal Acquisition Regulation:52.204-7 System for Award Management,52.204-13 System for Award Management Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-20 Predecessor of Offeror52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.212-1 Instructions to Offerors- Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commerical Items52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/)52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/)252.203-7000 Requirements Relating to Compensation of Former DOD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DOD Officials252.204-7004 Alternate a, System for Award Management252.204-7012 Safeguarding of Unclassified Controlled Technical Information252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area Workflow Payment Instructions252.232-7010 Levies on Contract Payments,5352.223-9001 Health and Safety on Government Installations5352.201-9101 Ombudsman  The following provisions/clauses are applicable to FAR 52.212-5:52.219-6 Notice of Total Small Business Set-Aside52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-41 Service Contract Labor Standards.52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act52.222-50 Combating Trafficking in Persons,52.222-55 Minimum Wages Under Executive Order 1365852.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving,52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment by Electronic Funds Transfer-System for Award Management. ADDENDUM TO 52.212-1Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeroragrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers."A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.B. The contracting officer has determined there is a high probability of adequate price competition in thisacquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. ALL OFFERORS MUST SUBMIT A QUOTE FOR ALL BUS TRIPS. ADDENDUM TO 52.212-2:a. Basis for Contract AwardThis is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with FederalAcquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal AcquisitionRegulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS).These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. TheGovernment will select the quote with the lowest evaluated price from among those meeting or exceeding theacceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsiblein accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements(to include all stated terms, conditions, representations, certifications, and all other information required by thissolicitation) and is judged to represent the lowest price technically acceptable quote.b. Solicitation Requirements, Terms and ConditionsOfferors are required to meet all solicitation requirements, such as terms and conditions, representations andcertifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to complywith the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors mustclearly identify any exception to the solicitation terms and conditions and must provide complete supportingrationale. The Government reserves the right to determine any such exceptions unacceptable. c. Technical FactorThe Government's technical evaluation team shall evaluate the technical submissions on an acceptable orunacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore,unawardable. Technically acceptable is defined as an overall rating of satisfactory or better on the past performance questionnaires on past or current contracts (including Federal, State, and local government andprivate) that have been performed within the last year for efforts similar to the Government requirement.Questionnaires must be submitted by the rater. Questionnaires will not be accepted when submitted by the offeror. Offerors who fail to provide this documentation will render their quote unacceptable. ADDENDUM TO FAR 52.228-10 Vehicular and General Public Liability Insurance(a) The Contractor, at the Contractor's expense, agrees to maintain, during the continuance of this contract,vehicular liability and general public liability insurance with limits of liability for -(1) Bodily injury of not less than $200,000 for each person and $500,000 for each occurrence; and(2) Property damage of not less than $20,000 for each accident and $200,000 in the aggregate.(b) The Contractor also agrees to maintain workers' compensation and other legally required insurance withrespect to the Contractor's own employees and agents.ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System forAward Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; nor does it obligate the Government to pay for any quote preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. MEDICAL STATEMENT:Health Care: The medical treatment facility will provide urgent healthcare to contract employees (a contractemployee is not a Government employee but is a contractor or an employee of a contractor) for injuries occurringwhile on duty. Urgent healthcare is defined as medical care authorized to the extent necessary to save life or limband prevent undue pain and suffering. The contract employee will be transferred to a civilian medical facility assoon as the contract employee is stabilized. The cost of such treatment will be paid for, in full, within a reasonableperiod of time, by the contract employee and will not be borne by the 87th Medical Group, the United States AirForce or the Government. An AF Form 1127, Hospital Invoice/Receipt/Accounts Receivable Record, will beprepared to ensure collection and/or billing of charges. If a contract employee cannot pay for the treatment at thetime of discharge, a statement of charges and a letter of indebtedness will be completed and billed to the contractemployee for medical services rendered. An Accounts Receivable Record will be established for each contractemployee who receives medical care and is unable to pay at the time of discharge. Follow-up on AccountsReceivable will be completed in accordance with AFMAN 41-120, Medical Resource Management Operations.After an Accounts Receivable Record is established and billing for outpatient medical services has occurred, theSF 558, Medical Record - Emergency Care and Treatment, will be annotated with the date of billing and thevoucher number. It will then be forwarded to Outpatient Records in order to be filed in a temporary folder. Thecontract employee shall ensure that he/she provides timely notice to his/her medical insurance company and thatif the insurance company is to make payment, the insurance company has adequate information anddocumentation to make payment. A contract employee treated for injuries caused during a natural disaster is notcharged for outpatient care.ANTI-TERRORISM STATEMENT:Reference:• Department of Defense Instruction (DoDI) 2000.16, DoD Antiterrorism (AT) Standards, 02 OCT 2006, paragraphE3.18, DoD Standard 18• Defense Federal Acquisition Regulation Supplement (DFARS) (Reference (r)) reflects current DoD AT securityrequirements for defense contractors• Joint Publication 3-07.2 AntiterrorismTerrorism is defined as:The calculated use of unlawful violence or threat of unlawful violence to inculcate fear; intended to coerce or tointimidate governments or societies in the pursuit of goals that are generally political, religious, or ideological. Seealso antiterrorism; combating terrorism; counterterrorism; force protection condition; terrorist; terrorist groups.Antiterrorism - As a prelude and during performance of any contract, it is critical that the Contractor be supportiveof all Department of Defense (DoD) requirements to protect personnel and their families, installations, facilities,information, and other resources from terrorist acts. All Contractors and Sub-Contractors are responsible forproviding their personnel information on the JB MDL Antiterrorism Program. During performance of work,personnel security and protection of resources is critical for the installation to maintain a safe work environment.Contractors and contracted personnel will be alert for any suspicious activities while on the installation. If anysituation appears to be suspicious, immediate actions must be taken to properly notify the 87th Security ForcesSquadron (SFS) Emergency Control Center at 609-754-6001. Contractors must ensure that contracted personneland vehicles are strictly controlled during performance of duty. For instance, Contractors shall use reasonableefforts to prevent any personnel or equipment from being placed in harm's way or in a position that could aid orabet terrorists. It is strongly recommended that all contracted personnel take the computer-based training (CBT)for the DoD-approved Antiterrorism Level I Training at https://atlevel1.dtic.mil/at/. Contractors are encouraged tocontact the JB MDL Antiterrorism Office at 609-754-1397 for information regarding the installation AntiterrorismProgram.REMEMBER IF YOU SEE SOMETHING - SAY SOMETHINGREPORT SUSPICIOUS ACTIVITY TO 87 SFS AT 609-754-6001ATTACHMENTS:1. Performance Work Statement2. Pricing Schedule3. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors4. Security Forces Squadron Appendix5. Past Performance Questionnaire

JB McGuire-Dix-Lakehurst JB MDL, New Jersey 08641 United StatesLocation

Place Of Performance : JB McGuire-Dix-Lakehurst

Country : United States

You may also like

School Bus Services - Zagreb

Due: 15 May, 2024 (in 18 days)Agency: STATE, DEPARTMENT OF

RFP#2024-04, BSU Shuttle Bus Services On and Off Campus

Due: 01 Jul, 2025 (in 14 months)Agency: Bowie State University

Charter Bus Services

Due: 30 Jun, 2026 (in about 2 years)Agency: Ysleta Independent School District

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

485 -- Transit and Ground Passenger Transportation/485510 -- Charter Bus Industry
naicsCode 485510Charter Bus Industry
pscCode VCivilian Personnel Recruitment