Federal Bid

Last Updated on 30 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Next Gen Fall 2014: Transportation

Solicitation ID HQ0013-14-X-0015
Posted Date 12 Oct 2014 at 10 PM
Archive Date 30 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Defense Security Cooperation Agency
Agency Department Of Defense
Location United states
Solicitation Number: HQ0013-14-X-0015 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)This solicitation document, HQ0013-14-X-0015, is issued as a Request for Quote (RFQ).

(iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. 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 requirement is to provide transportation, in support of the Next Generation of African Leaders for the Africa Center for Strategic Studies (ACSS). The event is scheduled for 19 October 2014 - 7 November 2014. Transportation is required 16 October 2014 - 10 November 2014. The North American Classification System (NAICS) code is 485999, size standard is $14 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures.

(v) This requirement is to provide tranportation services in support of the Security Sector Transformation in Central Africa program . The requirements are detailed in the attached Performance Work Statement and Transporation Matrix.

(vi) The Contractor shall submit a proposal that details the vehicles (type and quantity), scheduling to meet the Government's requirements and the deployment of the greeters.

(vii)The requirement shall be Firm Fixed Price (FFP). The requirement shall be competed as a small business set aside.

(viii) To be considered for award, offerors must be DOD approved carrier by DTMO and listed on the Military Bus Program.

(ix) Requirements as follows:

Description Quantity Unit of Issue Unit Price Total
1. Sedan Pick up from IAD on 16 Oct - 18 Oct 12 Est vehicle/trip/dayhours/other tiny_mce_marker____ tiny_mce_marker____
2. Minibus Pick from IAD on 16 Oct - 18 Oct 5 Est vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____
3. Bus Pick from IAD on 16 Oct - 18 Oct 1 Est vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____
4. Transportation/Pick from Hotel
October 19-24; 27-29, 31 and November 3-7 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____

5. Transportation/Pick from Ft. McNair 8 -12 Dec 2013 October 19-24; 27-29, 31 and November 3-7 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____

6. Transportation for Tour of DC 25 Oct 14 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____

7. Transportation for day trip to
Gettysburg on 30 Oct 14 _______ vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____

8. Sedan drop off at IAD on 8 Nov - 10 Nov 12 Est vehicle/trip/dayhours/other tiny_mce_marker____ tiny_mce_marker____
9. Minibus drop off at IAD on 8 Nov - 10 Nov 5 Est vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____
10. Bus drop off at IAD on 8 Nov - 10 Nov 1 Est vehicle/trip/day/hours/other tiny_mce_marker____ tiny_mce_marker____

11. Greeters _______ hour/each tiny_mce_marker____ tiny_mce_marker____
(x) Items at deemed as optional may or may not be used at the Governments descretion. However, the prices of the option items will be included in the price evaluation. The PWS and Transportation Matrix are attached.

(xi) Offerors shall provide information regarding cancellation policy.

(xii) All prices MUST include all applicable fees, gratuities, and service charges.
THE FEDERAL GOVERNMENT IS TAX EXEMPT.
(xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition.

(xiv)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition.

(xv)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered.

(xvi) Submission of Quotes: Quotes shall be submitted by 15 Oct 2014 11:00 AM EST to the point of contact listed below.
(xvii) Offerors shall submit their approach for meeting the government's transportation needs.
a. Offers shall indicate the type of vehicle(s) being provided to address the DC tour day and trip to Gettysburg
b. Offerors proposals shall include the following information in some form: That address the requirements as detailed at paragraph ix of this announcement. Complete the table provided at ix.
(xviii) Past Performance:
a. Offerors shall submit information regarding two past jobs they have performed or are performing within the last year and a half.
b. Offerors shall state the name/nubmer/identifier of the effort, the dollar amount and period of performance of the sumbitted jobs.
c. Offerors shall provide the name, organization, phone number and email address of a point of contact for each past performance submission.
(xix)Submission of Quotes: Quotes shall be forwarded to Woodrow Bell via email at [email protected]; Mr. Ali Beshir via email at [email protected]. Facsimile submission will not be accepted.

(xx)The points of contact for this acquisition are Mr. Ali Beshir and Woodrow Bell. Ali can be reached via email at [email protected] or telephone at (703) 602-1341 Woodrow can be reached via email at [email protected] or telephone at (703) 602-1464.

(xxi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered.

1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process.
2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
3. Tradeoffs are not permitted.
4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors.
5. Exchanges may occur.
6. Non-cost factors: The non-cost factors are Approach and Past Performance
a. Approach will evaluate offerors' proposals to address the Government's requirements, to include vehicles offered and that vehicles will be at the designated pick up points in a timely manner.
b. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluate for acceptability. The evaluation ratings will be acceptable or unacceptable.
7. Acceptability Standards:
a. Offeror is a DOD approved carrier by DTMO and listed on the Military Bus Program.

b. Vehicles offered are appropriate to move the number of guests and their luggage and vehicles will arrive at pick up points at times that minimize waiting and will enable on time departure and the timely arrival at destination.

c. Available on the required days
d. Past performance: Performance on submitted examples is relevant and acceptable.
8. Cost: All proposed prices will be factored into overall total to be evaluated.

(xxii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/.

(xxiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4.

(xxiv)1. Invoicing

WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/.

The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly.

Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted.

WAWF Instructions

an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988.

THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS.

CONTRACT NUMBER: To be determined at time of award
DUNS CODE: To be determined at time of award
ISSUE BY DODAAC: HQ0013
ADMIN BY DODAAC: HQ0013
INSPECT BY DODAAC: HQ0013
ACCEPT BY DODAAC: HQ0013
LOCAL PROCESSING OFFICE DODAAC: HQ0013
PAYMENT OFFICE DODAAC: HQ0347
PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS

(xxv) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil).

52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil).

(xxvii) The following DFAR clauses apply to this acquisition:
DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Nov 2013 at 7 PM
Location Unknown 03 Jun 2014 at 9 PM
Location Unknown 22 Nov 2013 at 7 PM
Plaza North dakota 19 May 2014 at 7 PM
Location Unknown 01 Aug 2013 at 6 PM

Similar Opportunities

Lackland air force base Texas 31 Dec 2025 at 10 PM
Location Unknown 20 Dec 2025 at 5 PM
Location Unknown 20 Dec 2025 at 5 PM
Location Unknown 20 Dec 2025 at 5 PM
Anchorage Alaska 10 Jul 2025 at 4 PM