CHARTER BUS SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
N40085-20-R-0093

Basic Details

started - 29 Sep, 2020 (about 3 years ago)

Start Date

29 Sep, 2020 (about 3 years ago)
due - 14 Oct, 2020 (about 3 years ago)

Due Date

14 Oct, 2020 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N40085-20-R-0093

Identifier

N40085-20-R-0093
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE NAVY (156958)NAVFAC (10915)NAVFAC ATLANTIC CMD (6596)NAVFAC MID-ATLANTIC (3667)NAVAL FAC ENGINEERING CMD MID LANT (3395)
[object Object]

SetAside

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

Attachments (2)

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.

N40085-20-R-0093THIS IS A PRE-SOLICITATION NOTICE ONLYThis notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support Indefinite Delivery Indefinite Quantity (IDIQ) Performance-Based contract with Non-Recurring services to provide Charter Bus services.The Officer in Charge requires all labor, management, supervision, tools, material and equipment facilities, transportation, incidental engineering, and other items necessary to provide Charter Bus services for NAVFAC MIDLANT’S Hampton Roads, North Carolina, South Carolina, Georgia, Area of responsibility (AOR), and NAVFAC MIDLANT’S North East  AOR.NAVFAC MIDLANT’S HAMPTON ROADS AOR:Locations include but are not limited to Naval Station, Norfolk, Norfolk Naval Station, Norfolk, Norfolk Naval Shipyard, Portsmouth, Naval Air Station Oceana, Virginia Beach, Joint Expeditionary Base–Little Creek (JEB–LC),
Virginia Beach, and Naval Weapons Station, Yorktown.North Carolina/ South Carolina/Georgia: Marine Corps Air Station, Cherry Point North Carolina, Marine Corps Base Camp Lejeune, North Carolina, Marine Corps Base Paris Island, North Carolina, Marine Corps Base Beaufort, South Carolina, Marine Corps Base Albany, Georgia, and any of NAVFAC MIDLANT’s Northeast Client Base locations. The exact locations will be indicated in each Task Order. Officer.NAVFAC MIDLANT’S NORTH EAST AREA:Locations include but are not limited to Naval Station Newport, Newport, Rhode Island, Navy Submarine Base, New London, Connecticut, Portsmouth Naval Station, Kittery, Maine, Naval Weapons Station Earle, New Jersey, Naval Support Activity, Philadelphia, Pennsylvania, Philadelphia Naval Business Center, Philadelphia, Pennsylvania, Naval Support Activity, Mechanicsburg, Pennsylvania, Naval Surface Warfare Center, Crane, Indiana, and Naval Station, Great Lakes, Illinois. General Work Requirements:The intent of Annex 1700000 Base Support Vehicles and Equipment is to specify the requirements related to Base Support Vehicles and Equipment (BSVE).The services to be provided are various Charter Bus services. The Contractor shall provide for a transportation program that includes bus(es) of the touring type equal to buses used as Commercial Highway Motor Coaches, as defined by the Department of Transportation Federal Motor Carrier Regulations with the following standard equipment:  Buses shall be no more than ten-model years old at the time of rental.  (i.e., 2011 model or newer at the time of a 2021 rental). This includes refurbished units. At a minimum, buses shall be capable of accommodating not less than 47 passengers in a seated position.  The Government may order buses of a larger capacity for special trip requirements. Alternatively, the contractor, at any time may supply buses of more than a 47-seat capacity up to 55 or more seats. Under the Maximum size bus rental, the Contractor is required to supply the largest bus owned by or available to the Contractor for specific trips identified.  All charter buses shall have reclining seats, heat, and air conditioning with ventilation at each seat (forced air type, individual reading lights, bathroom facilities, and free Wireless Internet Access (Wi-Fi). Although not required to meet the minimum requirements, if the bus is already equipped with additional amenities such as intercom, TVs, DVDs, they shall all be in working order, and shall be available for use by the passengers during a trip. The Contractor shall be responsible for all expenses incurred by the firm’s drivers on all over- night service, such as, but not limited to: operational cost of bus(es), lodging, per diem, tolls and ferry fees, or any other associated expenses.   Some trips shall require the Contractor to provide the necessary buses with drivers for overnight service (to be available 24 hours a day for the full term of the trip).  Some of these trips could be up to 5 or more days.  During these trips, the buses shall be provided for the initial round trip transportation, and transportation of passengers from their initial point of arrival, to other locations in the area as directed by the point of contact. Note: The Contractor’s company shall be listed on the Department of Defense (DoD) Approved Carrier List.The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method.  IThis n order to permit efficient competition, the Navy will utilize the following methodology:  Proposals will initially be screened for price and placed in order of price (lowest price to highest price).  The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technical acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received.  Therefore, proposals should be submitted initially on the most FAVORABLE terms.  Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered.  The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:  Factor 1 – Technical Approach/Management, Factor 2 – Corporate Experience, Factor 3 – Safety and Factor 4 – Past Performance.  NOTE:  Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.Factor 2 Corporate Experience and Factor 4 Past Performance:  The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.  Size:  Charter Bus service contract(s) with a yearly value of at least $250,000.00 or greater for similar services. This may include one project, or multiple Indefinite Delivery/Indefinite Quantity task orders.Scope:   Demonstrate the ability to provide all labor, management, supervision, tools, material, equipment, transportation, incidental engineering, and other items necessary to provide Charter Bus services required for NAVFAC MIDLANT’s Hampton Roads AOR, Southeast and Northeast Client Base Locations.Complexity:  Demonstrate the ability to provide a transportation program that includes bus(es) of the touring type equal to buses (multiple sizes ), used as Commercial Highway Motor Coaches, as defined by the Department of Transportation Federal Motor Carrier Regulations. Provide details or historical data that would support your ability to provide the bus(es) required to meet requirements, to include special events. Provide documentation that your firm is listed on the Department of Defense (DoD) Approved Carrier List.Offers shall be submitted for the performance of work for a period of one year.  However, the initial term of the contract may be for a period of less than one year.  The Government has the option to extend the term of the contract services for additional periods of one to twelve months.  The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs).  Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software.  The North American Classification System (NAICS) is 485510; the size standard is $16.5M. The proposed procurement listed herein is 100% Small business set-aside.  The Request for Proposal (RFP) will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on Beta.SAM.gov on or about 14 October 2020.  The estimated proposal due date shall be at least 30 days after the RFP is posted.  (Contractors - inquiries must be submitted in writing to Susan Roberts at (susan.roberts2@navy.mil) at least 10 days prior to the RFP due date. The site address is https://beta.sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only.  Contractors are encouraged to register on the https://beta.sam.gov website. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.   All prospective contractors are required to register in the System for Award Management (SAM) database.  Failure to register in the SAM database will make an offeror ineligible for award.  Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/ .

USALocation

Place Of Performance : USA

Country : United States

You may also like

Charter Bus Services

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

FCC Yazoo City - FY 2024 PASSENGER BUS TRANSPORTATION SERVICES (BUS TICKETS)

Due: 30 Apr, 2024 (in 3 days)Agency: JUSTICE, DEPARTMENT OF

Charter Bus Services

Due: 01 Jun, 2025 (in 13 months)Agency: Round Rock Independent School District

Please Sign In to see more like these.

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

Classification

naicsCode 485510Charter Bus Industry
pscCode W023Lease or Rental of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles