Skip to main content

An official website of the United States government

You have 2 new alerts

Charter bus services from Cambridge, MA to Great Neck, NY

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: May 15, 2023 10:35 am EDT
  • Original Published Date: May 12, 2023 12:35 pm EDT
  • Updated Date Offers Due: May 15, 2023 05:00 pm EDT
  • Original Date Offers Due: May 15, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 30, 2023
  • Original Inactive Date: May 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: V222 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER
  • NAICS Code:
    • 485510 - Charter Bus Industry
  • Place of Performance:
    Cambridge , MA 02142
    USA

Description

Combined Synopsis/Solicitation

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.  Solicitation No. 6913G623QV3322155 is issued as a Request for Quotation (RFQ).  

This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.  This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2023-02.  The NAICS Code is 485510; Charter Bus Industry, the Small Business size standard is $19 million.  

The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) Cambridge, MA, intends to solicit and award a firm fixed price (FFP) purchase order to a vendor that can provide roundtrip charter bus services from Cambridge, MA to the area in and around the US Merchant Marine Academy, in Great Neck, NY in accordance with the attached Statement of Work (SOW), on two (2) different occasions. This RFQ is expected to result in a single purchase order award, subject to receipt of a Best Value Quote.  Vendor’s price quotation shall include a firm fixed price.

CLIN 00100: Provide roundtrip charter bus services from Cambridge, MA to the area in and around the US Merchant Marine Academy, in Great Neck, NY in accordance with the attached Statement of Work. POP; Thursday, May 18, 2023 – Sunday, May 21, 2023.

CLIN 00200: Provide roundtrip charter bus services from Cambridge, MA to the area in and around the US Merchant Marine Academy, in Great Neck, NY in accordance with the attached Statement of Work. POP; Thursday, August 03, 2023 – Sunday, August 06, 2023.

This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.

The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.

All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached).  An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov.  If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.  All Contractors must be registered in SAM in order to receive an award from a DOT Agency. 

52.203-11        Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.203-12        Limitation on Payments to Influence Certain Federal Transactions

52.204-7          System for Award Management

52.204-8          Annual Representations and Certifications

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13        System for Award Management Maintenance

52.204-16       Commercial and Government Entity Code Reporting

52.204-17        Ownership or Control of Offeror

52.204-18       Commercial and Government Entity Code Maintenance

52.204-19       Incorporation by Reference of Representations and Certifications.

52.204-20        Predecessor of Offeror

52.204-22       Alternative Line Item Proposal

52.204-23       Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky

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

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

52.204-26        Covered Telecommunications Equipment or Services Representation

52.209-2          Prohibition on Contracting with Inverted Domestic Corporations—Representation

52.209-6          Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10       Prohibition on Contracting With Inverted Domestic Corporations

52.209-11        Representation by Corporations Regarding Delinquent Tax Liability or a Felony

                        Conviction under any Federal Law

52.211-14       Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use

52.212-4          Contract Terms and Conditions--Commercial Items

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive Orders—

                        Commercial Items     

52.215-8          Order of Precedence—Uniform Contract Format

52.222-3          Convict Labor

52.222-19        Child Labor—Cooperation with Authorities and Remedies

52.222-21        Prohibition of Segregated Facilities

52.222-22        Previous Contracts and Compliance Reports

52.222-25        Affirmative Action Compliance

52.222-26        Equal Opportunity

52.222-36        Equal Opportunity for Workers with Disabilities

52.222-50        Combating Trafficking in Persons

52.223-6          Drug-Free Workplace

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

52.225-13        Restrictions on Certain Foreign Purchases

52.232-8          Discounts for Prompt Payment

52.232-33        Payment by Electronic Funds Transfer—System for Award Management

52.232-39       Unenforceability of Unauthorized Obligations

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.233-1          Disputes

52.233-3          Protest after Award

52.233-4          Applicable Law for Breach of Contract Claim

52.246-4          Inspection of Services—Fixed Price

52.247-34       F.O.B. Destination

52.252-1          Solicitation Provisions Incorporated By Reference

52.252-2          Clauses Incorporated By Reference

52.252-5          Authorized Deviations in Provisions

52.252-6          Authorized Deviations in Clauses

The offer should be addressed to the following:  U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christopher Dooley, V-222, 55 Broadway, Cambridge, MA 02142.   The signed offer must be submitted via e-mail to the contracting officer Christopher.Dooley@Dot.gov .  The time for receipt of offers is 5:00 PM Eastern Time May 15th, 2023. No telephone requests will be honored.  The Government will not pay for any information received.

Contact Information

Contracting Office Address

  • OFFICE OF ACQUISITIONS 220 Binney Street
  • CAMBRIDGE , MA 02142
  • USA

Primary Point of Contact

Secondary Point of Contact





History