The RFP Database
New business relationships start here

MEPS Shuttle Service


Wisconsin, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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.

Solicitation Number W912J2-19-R-0003 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

This requirement is 100% set-aside for Small Business concerns under North American Industry Classification System (NAICS) code 485113 - Bus and other Motor Vehicle Transit Systems with a Small Business size standard of $15.0 million dollars.

The following line item number(s) and items, quantities, and units of measure are applicable to the resultant contract:

0001 - Transportation Services, 1 Job
0002 - Contractor Manpower Reporting Application (eCMRA)

NOTE: options are not to be priced in your proposal, EPA will be used to determine option year pricing.

1001 - Option Year One Transportation Services, 1 Job
1002 - Option Year One Contractor Manpower Reporting Application (eCMRA)

2001 - Option Year Two Transportation Services, 1 Job
2002 - Option Year Two Contractor Manpower Reporting Application (eCMRA)

3001 - Option Year Three Transportation Services, 1 Job
3002 - Option Year Three Contractor Manpower Reporting Application (eCMRA)

4001 - Option Year Four Transportation Services, 1 Job
4002 - Option Year Four Contractor Manpower Reporting Application (eCMRA)

The Wisconsin Army National Guard has a requirement for scheduled personnel transit service via multi seat motorized vehicles to two Military Entrance Processing Station (MEPS) Locations, Milwaukee, WI and Minneapolis, MN. This requirement includes two separate routes picking up passengers at six Wisconsin cities arriving at Minneapolis, Minnesota MEPS (or the MEPS hotel), and four separate routes picking up passengers at 19 Wisconsin cities arriving at Milwaukee, Wisconsin MEPS (or the MEPs hotel). The service will be required Monday, Tuesday, Wednesday and as needed on Thursday, as outlined in the attached Performance Work Statement (PWS).

The Period of Performance is as follows:
0001 - Base Year - 1 March 2019 - 29 February 2020
1001 - Option Year One - 1 March 2020 - 28 February 2021
2001 - Option Year Two - 1 March 2021 - 28 February 2022
3001 - Option Year Three - 1 March 2022 - 28 February 2023
4001 - Option Year Four - 1 March 2023 - 28 February 2024

The provision at 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) applies to this acquisition.
The Wisconsin Army National Guard anticipates awarding one firm-fixed price contract for a period of one base year and four option years. Please review the attached Performance Work Statement. Award will be made to the offeror whose proposal is the Lowest Price Technically Acceptable. The Government will evaluate technical acceptability based on the following:

Technical/Management Capability - Management Capability is defined as the documented capability to meet the minimum requirements as specified in this solicitation and the attached Performance Work Statements (PWS). The Offeror's proposal should clearly outline the offeror's capability to meet the requirements of the performance work statement. Limit Management Capability documentation to 5 pages.


Past Performance - Proposals should provide evidence of past performance on at least one previous contract similar in scope and nature performed within the last 36 months.
Proposal should include:
a. Contract Number
b. Description of Services
c. Contract Value
d. Performance Period
e. Contract Type
f. Point of Contact with current email and telephone number.

Price - Complete and submit the attached pricing sheet. Include price for the base period only, not the option years as an economic price adjustment will be applied to the option years.
PRICING OF OPTION YEAR(S). The CONSUMER PRICE INDEX (CPI) The Government will adjust Base Price Round Trip Costs for increases or decreases using the CPI prior to the beginning of each option period. These adjusted prices will become the new base prices for the next option period if exercised. The adjusted prices become the current base prices when adjusting each subsequent option period.

It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Management Capability, Past Performance, and Price reasonableness. Failure to submit sufficient information for the Government to determine Management Capability, relative Past Performance, or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest price of proposals deemed technically acceptable.

If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals submitted without an active SAM registration at the close of the solicitation will not be evaluated and will result an immediate rejection of the proposal.

The provision at 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The provision at 52.212-4, Contract Terms and Conditions Commercial items, applies to this acquisition. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offers Representations and Certifications Commercial items with its proposal. The provisions at FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders commercial items, 52.204-16, Commercial and Government, 52.209-12, System for Award Management, 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law are included and incorporated by reference. These clauses apply: FAR 52.204-13, System for Award Management Maintenance, 52.204-18, Commercial and Government Entity Code Maintenance, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity of special disabled veterans, veterans of the Vietnam Era, 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.217-9 entitled, Option to Extend the Term of the Contact, and 52.216-3 -- Economic Price Adjustment -- standard Supplies.

Proposals are due by 12:00PM Central Standard Time (CST) on 20 February 2019. Proposals will be accepted by email at lisa.m.braund.mil@mail.mil. Faxed quotes will not be accepted. Offerors should check the FedBizOpps website often for amendments.
Responses to this announcement must be complete to include the following documents:

1) Vendor Cost Breakdown Worksheet
2) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
3) Management Capability documentation narrative (limit 4 pages)
5) Past Performance documentation

Email any questions to lisa.m.braund.mil@mail.mil The period for asking questions will close at 12:00 CST on 12 February 2019 and will be posted to www.fbo.gov. Questions will only be accepted via email. Question and Answer documents will be posted to FBO as an attachment to the combined synopsis/solicitation. It is the interested party's responsibility to check FedBizOpps for updated information.


Lisa M. Braund, Contract Officer, Phone 6084277274, Email lisa.m.braund.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP