View Details for Buy # 905881_02 General Buy Information Buy #:
905881_02
Solicitation #:
HSFE02MARIASHUTTLE
Buy Description :
Puerto Rico SHUTTLE AND BUS SERVICE HURRICANE MARIA STAFF
Category :
V -- Transportation, Travel, and Relocation Services
Sub Category :
V229 -- Purchase of Transit/Public Transport Fare Media
NAICS :
485510 -- Charter Bus Industry
FedBizOpps Solicitation :
Yes
Set-Aside Requirement :
Small Business
Buyer :
DHS Federal Emergency Management Agency
End Date :
01/18/2018
End Time :
16:00 ET
Seller Question Deadline:
1/17/2018 - 16:00 ET
Delivery:
3 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason :
View Question & Responses
ADJUST NUMBERS Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.
Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to FedBid and click Start Bid. Proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE
Line Item(s) Item No
Description
Qty
Unit
001
TRANSPORT UP TO 500 PERSONNEL DAILY (Monday through Saturday) TO AND FROM SAN JUAN CONVENTION CENTER (GOVT PARKING LOT) AND FLEET PARKING TO AND FROM FEMA JOINT FIELD OFFICE (FEMA WORKSITE) PER ATTACHED ROUTE AND SCHEDULE. Estimate 350 people per day to/from CONVENTION CENTER AND 150 PER DAY TO/FROM FLEET PARKING. 3 MONTH PERFORMANCE PERIOD. EXTENDABLE MONTHLY THEREAFTER. ALL VEHICLES AND DRIVERS TO BE LICENCED AND CERTIFIED PER APPLICABLE LOCAL, STATE AND FEDERAL REQUIREMENTS. GOVERNMENT CAN CHANGE SCHEDULE WITH 24 HOUR NOTICE. APPLICABLE DEPT OF LABOR MINIMUM WAGE DETERMINATION ATTACHED.
3
MO
002
AD-HOC ONE-WAY TRIPS AS-REQUIRED FOR UP TO 25 PERSONNEL AS REQUIRED. THIS WILL LARGELY BE WITHIN THE SAN JUAN AREA. FOR EXAMPLE THIS COULD INCLUDE GROUPS TRAVELING TO/FROM SAN JUAN AIRPORT TO EITHER JOINT FIELD OFFICE, HOTELS OR OTHER LOCATIONS OR HOTELS. PRICE IS PER ONE-WAY TRIP. GOVERNMENT CAN SCHEDULE AD-HOC TRIPS WITH 24 HOUR NOTICE. BILLED ONLY AS USED.
24
EA
003
SPECIAL AD HOC VIP, EXECUTIVE TRAVEL. PLACE $10,000.OO IN THIS LINE ITEM. EACH TRIP WILL BE NEGOTIATED AS NEEDED BUT MAY INCLUDE LARGE GROUPS UP TO 50 PERSONNEL AND INVOLVE TRAVEL THROUGHOUT PUERTO RICO, WITH MULTIPLE STOPS AND LAST ALL DAY.
1
LOT
Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following nonpricing information: The following items MUST be included in your bid: Capability Statement, maximum five pages, to include: (a) Approach/ability to provide SERVICES TO INCLUDE NUMBER AND CAPACITY OF VEHICLES (B.) past company experience on similar efforts), C. Three verifiable references on past similar efforts preferably on federal, state, or local government contracts, AND D. HOURLY COST for each bus size to be utilized (for example "15 passenger van = $65 per hour"), and cost of a round trip between JFO and Convention Center, and JFO and Fleet parking. NOTE THAT THIS INFORMATION IS NOT THE BID PRICE AS VENDORS ARE ASKED TO BID THE ENTIRE LOT, BUT THIS INFORMATION IS TO BE USED IN CASE OF ADDING OR DELETING ROUTES, OR ADDING OR DELETING AD-HOC TRIPS. Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Purchase Description Determined by Line Item: The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Minimum Bid Decrement is $1,000: The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order or Delivery Order: Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Set-Aside Requirement: This solicitation is a Small Business set-aside and only qualified Sellers can bid. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations
and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Buy Terms Name
Description
SAM Requirement
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Term 9 - Puerto Rico Set Aside
Bids will only be considered from companies residing in Puerto Rico. Must meet requirements of FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within DR4339PR (entire commonwealth of Puerto Rico) which will be verified upon selection for award or otherwise will be determined to be ineligible to receive an award.
Evaluation Criteria/Basis of Award:
Award will be made to the responsible Seller whose offer conforming to the solicitation provide the Lowest Price Technically Acceptable (FAR part 15). The order of importance for this bid is price, technical capability, delivery, and past performance. The government will also check records in the Past Performance Information Retrieval System (PPIRS). A rating of “Unacceptable” in any of the below technical factors or sub-factors will render the entire proposal technically unacceptable and, therefore, not eligible for award. Past performance will be verified by the Contracting Officer.
Offer Period
Bid MUST be good for 30 calendar days after close of Buy.
Commercial Items Terms and Conditions
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
52.217-8 -Option to Extend Services.
Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30 days
Shipping Condition
Shipping must be free on board (FOB) destination which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
52.237-3 -Continuity of Services
The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to—The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/.
Shipping Information City
State
Zip Code
See Statement of Work
Buy Attachment(s) No .
Document Name
1
Attachment_4__Puerto_Rico_Wage_Determination.pdf
2
Shuttle_schedule.pdf
© 2001- 2018 FedBid Inc., All Rights Reserved
Document Size 123 KB 78 KB
Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us