The RFP Database
New business relationships start here

Transportation


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

 

The Defense Security Cooperation Agency (DSCA) intends to establish Blanket Purchase Agreements (BPAs) for the acquisition of transportation service, related equipment, and related requirement.

 

2. This Blanket Purchase Agreement is for non-personal services. Calls issued under this Agreement do not create employment rights with the U.S. Government whether actual, inherent, or implied. By agreeing to perform the services described in these specifications, the Contractor acknowledges that he/she is not, and will not become an employee of the U.S. Government. The Contractor further agrees that he/she will not bring any cause of action in any forum claiming that he/she has become an employee of the U.S. Government.

3. DSCA intends to award a target of three (3) BPAs, but reserves the right to award more or less than this target, to those whose Quote represents the best value to the Government. The Government reserves the right not to award any BPA.

 

4. The Defense Security Cooperation Agency (DSCA) directs, administers, and provides guidance to the Department of Defense (DoD) Components and DoD representatives to U.S. missions, for the execution of DoD security cooperation programs for which DSCA has responsibility. Its mission is to lead the Security Cooperation Community (SCC) in developing and executing innovative security cooperation solutions that support mutual U.S. and partner interests. Successfully accomplishing the wide range of duties require the need for DSCA to utilize


transpo, training for the agency.

 

5. SPACE, EQUIPMENT AND RELATED REQUIREMENTS.

5.1. The Contractor whose name appears hereon shall provide transportation service as specified in each call. The Government may issue multiple BPAs to offerors for these type of services.

 

5.2. Service.

5.2.1.  Provide 10-55 passenger shuttle van (no taxis or buses) service (one way service) from WPAFB to Crystal City, DC. to the students of Defense Institute of Security Cooperation Studies (DISCS)).  DISCS estimates 10-15 weeks of service per year including weekends. Current required hours of operation is:

 

5.2.2.  Depart WPAFB lodging facility, Hopel Hotel or other hotel within a radius of 20 miles from WPAFB, OH NLT SAT 1000hrs (per occurrence) (schedule will be provided by DISCS to the contractor each 30 days)

 

5.2.3  Charter vans most be able to fit 2 suitcases per students.

5.2.4. Charter vans most have Wi-Fi service

 

5.2.5.  This requirement requires the flexibility for DISCS to be able to provide the vendor with a 24 hour notification for the pickup of students at WPAFB and transporting to Crystal City, Washington D.C. Contractor must be able to receive payment by the Government Purchase Card. Weekly billing is required. A planned schedule of required days will be provided by DISCS monthly. Vendor must allow DISCS the ability to give an 8 hour notification to start or stop service. Vendor must allow DISCS the flexibility to add additional days and/or times to the schedule at any time. Vendor must have enough shuttle vans to accommodate between 10 and 55 students per service. Students must be dropped off at Crystal City, Washington D.C. at a lodging facility named by the student. The driver will pick up the students NLT 1000hrs at each service offered.  Additional areas for drop off will be provided by DISCS, if required, within 8 hours of the requirement. The vendor may be required to utilize more than 1 van in the event that students are housed at two locations that are geographically removed from each other at a distance that will not allow serving both locations with a single van, or if the number of students utilizing the service exceeds the capability of a single van. Vendor must show proof of liability insurance prior to award. Vendor must show proof that van drivers have passed a background check and have a clean driving record. Drivers must be able to obtain clearance by Wright Patterson AFB for base entry. Place of Performance. Performance for this requirement shall be at Wright Patterson AFB OH and the surrounding Crystal City, Washington D.C. area.

 

6. CONDUCT.

 

6.1. Appearance. The Contractor shall present all employees in a neat, well-groomed professional appearance at all times.

 

6.2. The Contractor shall conduct himself/herself in an efficient and professional manner consistent with business standards expected in the hotel/conference facility. The Contractor shall interact with fellow contractors, Government staff, foreign visitors and students in a courteous, polite, and professional manner.

 

7. ADMINISTRATIVE MATTERS.

 

7.1. EXTENT OF AGREEMENT OBLIGATION. The Government is obligated only to the extent of authorized purchases actually made under the Blanket Purchase Agreement (BPA). The amount of services that will be ordered during the period covered by this BPA will depend upon the needs of the Government. The Contractor is responsible for ensuring that a call/order number is obtained prior to providing any services for which there will be a charge.

 

7.1.1 This agreement may be modified or may be cancelled in its entirety by either party upon thirty (30) days written notice to the other party, except that this agreement may be cancelled by the Government at any time if the parties fail to agree upon any deletion, amendment or addition to this agreement which is required by statue, Executive Order, the FAR and/or this supplement. No deletion, modification, addition to, or cancellation of this agreement shall affect any contract therefore entered into between the parties in which the agreement or portion thereof has been incorporated by reference. CANCELLATION of BPA: The Government reserves the unilateral right to cancel this BPA at any time with written notice to the contractor(s).


7.2. PRICING. The prices to the Government shall be as low as or lower than those charged to the contractor’s most favored customer for comparable quantities under similar terms and conditions. A copy of the contractor’s current prices must be submitted by the due date.


Ali Beshir, Phone 703-697-8939, Email ali.m.beshir.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP