DESCRIPTION
The Department of the Interior, The National Park Service, Intermountain Region, contemplates award of a firm fixed price contract, one year base period and four one-year option years to the offeror whose proposal provides the best value to the Government for Transit Services located at Bryce Canyon National Park, Utah.
NAICS: 485113
DESCRIPTION OF PROJECT:
The contractor shall provide all buses, personnel, equipment, tools, materials, supervision, and other items and services necessary to provide the transit service that will be defined in the Performance Work Statement (PWS), and in accordance with the Federal Motor Carrier Safety Administration, Department of Transportation, Title 49, CFR Part 383, controlled substances and alcohol use and testing. Medical Advisory Criteria for Evaluation under 49 CFR Part 391.41, Department of Public Instruction Office Services, National Fire Protection Agency 10 (NFPA 10), and the state of Utah Department of Transportation.
The system operates during the period of highest visitation i.e. May - mid-October, with less visitation at the start and end of this season. The service is temporarily suspended during situations such as weather or emergencies, when buses cannot be safely operated.
The transit service consists of buses a maximum of 35 feet in length, operating not earlier than 7 am - and not later than 8 pm routes. A total round trip of the shuttle route is approximately 17.8 miles with an approximate travel time of 55 minutes. Additionally, two round-trips to a farther point (Rainbow Point) will be conducted, one in the morning and one in the evening. The Contractor may add trailers to the main vehicle to increase seating for a Rainbow Point twice daily round-trip. The altitude of the route changes from 7,620 feet at the Shuttle Staging Area to 8,296 feet at Bryce Point. The Bryce Canyon Visitor Center is at 7,888 feet. In an emergency, buses may be required to operate up to 9,200 feet at Rainbow Point (to transport fire crews for example).
The Contractor shall provide safe, timely, professional, and reliable services. The Contractor shall manage costs and resources effectively while meeting the terms of this contract and staying within the NPS approved annual allocation.
In addition, the Contractor shall also provide all labor, parts, tools, equipment, and supplies necessary for the operation, maintenance (routine and specialized), repair, rebuilding, replacement, upgrading, and cleaning of all transit vehicles.
There exists a current "Shuttle Staging Area" with available office space and parking area adequate to operate shuttle services and park all buses overnight. No maintenance may occur in this area. A separate maintenance facility off-site will need to be included in the proposal.
Buses the Contractor proposes should be no older than twelve years of age. Emissions by the buses are a major concern of the NPS.
Once the solicitation is posted, the request for proposals and documents shall be available without charge, through www.fedbizopps.gov. Work will be completed in accordance with government furnished specifications and plans. A paper solicitation will not be issued and electronic submission of contractor's proposals will not be accepted.
RESPONSES should include a brief narrative to include the following: 1. Name, Firms Name, Address,Phone Number, Fax Number and E-Mail address. 2. The contractor's capability to perform the services, 3. The contractor's DUN and Bradstreet Number, 4. Central Contractor Registration, 5. ORCA, and 6. Identification of the contractor's business size in accordance with the size standard.
PLEASE PROVIDE RESPONSES:--- Via e-mail to
[email protected] no later than November 5, 2009 at 2:00 p.m. Mountain Standard Time.
Bid Protests Not Available