Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
SOLICITATION NOTICE

23 -- Lease of M Y 2003 Vehicles and Trucks

Notice Date
3/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW Room 5301, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH22-03-R-08274
 
Response Due
3/21/2003
 
Archive Date
4/5/2003
 
Point of Contact
Robin Esser, Contracting Officer ( OH ), Phone (937)666-4511, Fax (937)666-3590,
 
E-Mail Address
R.Esser@NHTSA.DOT.GOV
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation Number DTNH22-03-R-08274 applies and is being issued as a Request for Quote (RFQ). This is a revision to a previously-cancelled synopsis/solicitation DTNH22-03-R-08157. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-12. Competition for this requirement is "full and open". The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC) has a requirement to lease select 2003 model year passenger vehicles and trucks for a period of 12 months. All vehicles must have automatic transmissions and tilt steering. The vehicles shall not be pre-owned, demonstration, or loaner units. Mileage at time of delivery shall not exceed 150 miles. Basic models without optional equipment (other than automatic transmission and tilt steering) are preferred; however, the government desires that 4X4 and 4X2 versions of the same vehicle model be similarly equipped. Delivery shall be FOB: Destination to the Vehicle Research and Test Center, 10820 State Route 347 – Building 60, East Liberty, OH 43319 with final inspection and acceptance at destination. VRTC intends to award a firm-fixed price order, or orders, for the lease of a quantity of one (1) each of the following passenger vehicles and trucks: Line Item 001 – Ford Explorer Sport Trac, 4 door, 4 x 4; Line Item 002 – Ford Explorer Sport Trac, 4 door, 4 x 2; Line Item 003 – Toyota Tacoma Pickup Truck, Extended cab, 4 x 4; Line Item 004 – Toyota Tacoma Pickup Truck, Extended cab, 4 x 2; Line Item 005 – Toyota 4-Runner, 4 door, 4X4; Line Item 006- Toyota 4-Runner, 4 door, 4X2; Line Item 007– Volvo XC90, 4 Door; Line Item 008- Chevrolet Silverado Pickup Truck, Extended Cab, 4 x 4; Line Item 009 – Chevrolet Silverado Pickup Truck, Extended Cab, 4 x 2; Line Item 010 – Chevrolet Trailblazer, 4 door, 4 x 4; Line Item 011 – Chevrolet Trailblazer, 4 door, 4 x 2; Line Item 012 – Ford Explorer, 4 door, 4 x 4; Line Item 013 – Ford Explorer, 4 door, 4 x 2; Line Item 014 – Ford Focus, 4 door wagon; Line Item 015 – Jeep Liberty, 4 door 4 x 4; Line Item 016 – Jeep Liberty, 4 door, 4 x 2; Line Item 017 – Subaru Outback, 4 door wagon; Line Item 018 – Toyota Echo, 4 door Sedan. The Government reserves the right to make multiple awards and to reduce the quantity of vehicles to be leased , at its sole discretion. The Government will use the vehicles in dynamic rollover testing. The Government will affix outriggers to the vehicles to ensure rollover does not occur during testing. Once removed, outriggers will leave no visual signs of use. Any damage to vehicles caused by this testing is not probable but if occurring, will be handled in accordance with the terms of the commercial lease. Estimated mileage at the end of the lease term is less than 2000 miles per vehicle. New tires and wheels will be installed on each vehicle at the end of the lease term at the expense of the Government. The U. S. Government is self-insured. The Government may desire to purchase some vehicles after expiration of the lease. Any purchase of vehicles will be negotiated separately from this lease agreement and effected through execution of a separate purchase order. Delivery of line items 001 through 018 is required by the government within 45 days after award, or a timeframe considered acceptable by the government.. Delivery may be accomplished on an "as available" basis; not all vehicles at once. Quotations must contain: 1) Prices – monthly lease cost shall be submitted on a line item basis. As applicable, any proposed discounts, on a most-favored customer basis, shall be identified. Lease cost will be paid: 1 month at time of delivery, every 30 days thereafter for the next 11 months. 2) Detailed description of vehicle proposed. 3) Description of lease terms. 4) Delivery time frame. 5) Brief history of leasing experience, bank affiliation and company history. 6) Name of and signature of an authorized company representative along with telephone and fax number. 7). A completed copy of FAR 52.212-3 Offeror Representations and Certifications – Commercial items must be submitted along with the Offeror's quote or prior to receiving award of a purchase order. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors – Commercial Items. The government will award a purchase order, or orders, resulting from this RFQ to the responsible contractor whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The following non-price factors, listed in descending order of importance, will be used to evaluate quotations: (1) Vehicle delivery schedule and terms of lease (other than cost) (2) Past Performance. These two factors, when combined, are as important as price. For evaluation of Past Performance, the offeror must provide at least two references for contracts/purchase orders of similar services within the last three (3) years. Each reference must include customer's name and address, contact person, date of performance, telephone number and contract value. If the offeror has no Past Performance information, then it will be rated on its vehicle delivery schedule and the terms of the lease and on price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items apply. Under 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I ; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its quotation); 52.219-8 Utilization of Small Business Concerns; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) (Note: Price Adjustment Factor for this clause is 10%); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19 Child Labor—Cooperation with Authorities and Remedies; 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration; 52.208-4 Vehicle Lease Payments, 52.208-5 Condition of Leased Vehicles. Full text of the clauses may be accessed electronically at the internet site http;//www.arnet.gov/far. Quotations may be submitted for any, or all of the vehicles listed. Quotations are to be forwarded to the following address, to be received no later than 2:00 p.m., 21 March 2003: Vehicle Research & Test Center, P.O. Box B-37, East Liberty, OH 43319, Attn: Robin R. Esser, Contracting Officer. Quotes may also be e-mailed to RESSER@NHTSA.DOT.GOV. The anticipated award date is 28 March 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-03-R-08274/listing.html)
 
Record
SN00274856-F 20030309/030307221340 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.