Illinois Bids > Bid Detail

FY23 Band Bus Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159130451299060
Posted Date: Apr 5, 2023
Due Date: Apr 18, 2023
Solicitation No: W50S7T23Q0012
Source: https://sam.gov/opp/54eca1c952...
Follow
FY23 Band Bus Services
Active
Contract Opportunity
Notice ID
W50S7T23Q0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M6 USPFO ACTIVITY ILANG 182
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 05, 2023 07:27 am CDT
  • Original Date Offers Due: Apr 18, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V222 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER
  • NAICS Code:
    • 485510 - Charter Bus Industry
  • Place of Performance:
    Peoria , IL 61607
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106-1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. It is the Government’s intention to award without discussions. The Government reserves the right to hold discussions.



(ii) This solicitation, W50S7T-23-Q-0012 is being issued as a Request for Quotation (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02, effective 16 March 2023.



(iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 485510 and the small business size standard is $19 Million.



(v) Commercial Item Descriptions: CLIN0001 – Charter Bus Services, Qty: 1 EA.



(vi) This purchase will provide Charter Bus Services for the 566th Air Force Band located in Peoria, IL to be transported to both Knoxville, TN and Asheville, NC with a final destination back to the 182nd Airlift Wing in Peoria, IL. See Performance Work Statement entitled, “Charter Bus Services PWS 01Apr23,” for further specifications. Wage Determination 2015-5027 Revision 19 dated 26 December 2022.



(vii) The services shall be performed from 23 June 2023 through 05 July 2023 at locations cited within the PWS. FOB Destination.



(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. The addenda for this provision is as follows:



1. Responders should include all documents and information requested submitted in accordance with the instructions herein.



2. Quotations shall be submitted prior to the closing date and time of 18 April 2023 12:00 PM CST. Send an email with the quotation to the following contract specialist: SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. and Mr. Jason Shallenberger at jason.shallenberger@us.af.mil.



3. All questions regarding this RFQ shall be submitted via email to: SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. and Mr. Jason Shallenberger at jason.shallenberger@us.af.mil. All questions are due by 13 April 2023 by 12:00 PM CST. The government is not obligated to answer questions.



4. The submission of the documentation specified below will constitute the offeror’s acceptance of the terms and conditions of the PWS in the RFQ. Questions should be posted by the due date listed above. It is the Government’s intention to award without discussion. Offerors are encouraged to present their best Quote and prices in their initial submission. The Government reserves the right to hold discussions.



(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is Lowest Price. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation:



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price. The following factors shall be used to evaluate offers:




  1. Pricing



Technical and past performance, when combined, are less important when compared to price.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



ADDENDUM TO FAR Part 52.212-2 Evaluation – Commercial Items (OCT 2014)



(a) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13. The solicitation will be solicited as a small business set aside. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the lowest price. Upon closing, the offers will be evaluated using Lowest Price evaluation criteria. The following factors shall be used to evaluate offers:



Factor 1- Pricing:



In terms of “price reasonableness”, the Government will focus on whether the price is too high or too low to be considered fair and reasonable. In terms of “completeness”, the Government will focus on whether the price appears to cover all of the work identified in the SOW. In terms of “balance”, the Government will focus on whether pricing is consistent with historical contract information and market research.



(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.



(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:



FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations.



FAR 52.219-1, Small Business Program Representations.



FAR 52.219-6, Notice of Total Small Business Set-Aside.

FAR 52.219-28, Post Award Small Business Program Representation.

FAR 52.222-3, Convict Labor.



FAR 52.222-21, Prohibition of Segregated Facilities.

FAR 52.222-26, Equal Opportunity.



FAR 52.222-41, Service Contract Labor Standards.



FAR 52.222-42, Statement of Equivalent Rates for Federal Hires.

FAR 52.222-50, Combating Trafficking in Persons.



FAR 52.222-55, Minimum Wages Under Executive Order 13658.

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13, Restrictions on Certain Foreign Purchases.

FAR 52.233-3, Protest After Award.

FAR 52.233-4, Applicable Law for Breach of Contract Claim.





The following provisions are incorporated into this solicitation by reference:





FAR 52.204-7, System for Award Management.



FAR 52.204-16, Commercial and Government Entity Code Reporting.



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Deviation 2023-O0002).



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials.

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.



DFARS 252.204-7011, Alternative Line Item Structure.

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

DFARS 252.225-7031, Secondary Arab Boycott of Israel.



DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime.



DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation (DEVIATION 2021-O00003)





The following clauses are incorporated into this solicitation by reference:





FAR 52.204-13, System for Award Management Maintenance.



FAR 52.204-18, Commercial and Government Entity Code Maintenance.



FAR 52.204-19, Incorporation by Reference of Representations and Certifications.



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications.



FAR 52.232-36, Payment by Third Party



FAR 52.232-37 Multiple Payment Arrangements

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.247-65, F.O.B. Origin, Pre-paid Freight - Small Package Shipments



FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short).

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights.



DFARS 252.204-7003, Control of Government personnel Work Product.



DFARS 252.204-7006, Billing Instructions.

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.

DFARS 252.225-7001, Buy American and Balance of Payments Program.



DFARS 252.225-7048, Export Controlled Items.



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7010, Levies on Contract Payments.



DFARS 252.237-7010, Prohibition on Interrogation on Detainees by Contractor Personnel.

DFARS 252.244-7000, Subcontracts for Commercial Items.

DFARS 252.247-7023, Transportation of Supplies by Sea.





The following provisions are incorporated by full text.





FAR 52.204-20, Predecessor of Offeror.



FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations – Representation.



FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.



DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate

(Offerors shall include completed copies of the certifications within the following provisions with their offer.)





The following clauses are incorporated by full text.





FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.252-6, Authorized Deviations in Clauses.



DFARS 252.232-7006, Wide Area Workflow Payment Instructions.



DFARS 252.232-7009 – Mandatory Payment by Government Purchase Card





(xiii) The contractor shall provide a one year warranty for all products provided.





(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.





(xv) All questions regarding this RFQ shall be submitted via email to SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. and Mr. Jason Shallenberger at jason.shallenberger@us.af.mil. All questions are due by 13 April 2023 by 12:00 PM Central Standard Time (CST) and will be posted as an amendment to this solicitation via email on or about 14 April 2023. Quotes are due at 12:00 PM CST on Tuesday, 18 April 2023. In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individuals SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil and Mr. Jason Shallenberger at jason.shallenberger@us.af.mil.





(xvi) Information regarding the solicitation may be directed to the point of contact noted above.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DODAAC FOR ILANG DO NOT DELETE 2418 S MUSTANG ST BLDG 728
  • GREATER PEORIA AIRPOR , IL 61607-5004
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 05, 2023 07:27 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >