Joint Base Andrews Air Show Bus Transportation
1. Solicitation This is a combined synopsis/solicitation for commercial acquisition using simplified acquisition procedures in accordance with the Federal Acquisition Regulation (FAR) Part 12 and 13. ... 1. Solicitation This is a combined synopsis/solicitation for commercial acquisition using simplified acquisition procedures in accordance with the Federal Acquisition Regulation (FAR) Part 12 and 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be issued. Solicitation number FA286019RA009 is being issued as a Request for Proposal (RFP) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. All responsible sources may submit an offer to be considered by the agency. 2. Acquisition Details This requirement is solicited unrestricted. The North American Industry Classification System (NAICS) code is 485210 and the business size standard is $15 million. 3. The Government will award a firm fixed price contract for the following items being procured: CLIN Description Quantity Unit Price Total Price 0001 10 May 2019 - Bus Rental to support Joint Base Andrews Air Show and transport approximately 20,000 spectators in and around Joint Base Andrews in accordance with the attached Performance Work Statement (PWS). 40 each 0002 11 May 2019 - Bus Rental to support Joint Base Andrews Air Show and transport approximately 175,000 spectators in and around Joint Base Andrews in accordance with the attached Performance Work Statement (PWS). 275 each 0003 12 May 2019 - Bus Rental to support Joint Base Andrews Air Show and transport approximately 175,000 spectators in and around Joint Base Andrews in accordance with the attached Performance Work Statement (PWS). 275 each 4. Place of Performance FedEx Field - Joint Base Andrews, MD Period of Performance: 10 May 2019 - 12 May 2019 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ . The following provisions are applicable: 52.204-7 -- System for Award Management (Oct 2018) 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) 52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a 'Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications/requirements described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items (Nov 2017) All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). 252.203-7005- Representation Relating to Compensation of Former DoD Officials. (Nov 2011) The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (Oct 2018); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019): 52.223-6 - Drug-Free Workplace (May 2001); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Apr 1984); 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Nov 201) 252.204-7012-Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 5352.201-9101 - Ombudsman (Jun 2016) 5352.223-9001 - Health and Safety on Government Installations (Nov 2012) 5352.242-9000 - Contractor Access to Air Force Installations (Nov 2012) 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All proposals must be sent via e-mail to Ms. Lakisha Holston at lakisha.n.holston.ctr@mail.mil . Proposals shall be submitted no later than 12:00 PM EST, 9 April 2019. Questions shall be submitted no later than 4:00 PM EST, 2 April 2019. 8. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offeror any costs incurred in preparation of this quote.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »