Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
MODIFICATION

W -- RENTAL OF CARS, VANS AND BUSES

Notice Date
5/3/2004
 
Notice Type
Modification
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-04-T-A419
 
Response Due
5/10/2004
 
Archive Date
5/25/2004
 
Point of Contact
Lambert Leong, Contract Specialist, Phone 808-473-7508, Fax 808-473-5750,
 
E-Mail Address
lambert.leong@navy.mil
 
Description
This solicitation is issued on an unrestricted basis and is therefore open to both small and large business concerns. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. Request for Quotation number N00604-04-T419 applies. Contact Lambert Leong for quotation N00604-04-T-A419 at 808 473-7508 or e-mail at lambert.leong@navy.mil This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20040223. The NAICS code is 485999 and the business size standard is 18.5 million. This requirement is for rental cars, vans and buses for a fixed price indefinite-quantity, indefinite-delivery with one base year and options for two (2) additional years. ITEM 0001 BASE YEAR SEDANS. SEDANS ARE RESTRICTED TO THE TYPES USING GENERAL SERVICES ADMINISTRATION (GSA) CLASSIFICATION STANDARDS. (i.e. CLASS II SEDANS-MID-SIZE; CLASS III SEDANS-FULL SIZE; CLASS IV SEDANS-LARGE; CLASS V SEDANS ? EXECUTIVE. ITEM 0001AA 3200 DAYS CLASS II SEDANS-MID-SIZE; ITEM 0001AB 250 DAYS CLASS III SEDANS-FULL SIZE; ITEM 001AC 300 DAYS CLASS IV SEDANS-LARGE; ITEM 0001AD CLASS V SEDANS-EXECUTIVE. ITEM 0002 BASE YEAR VANS. VANS ARE RESTRICTED TO 7, 8 AND 15 PASSENGER VANS. ITEM 0002AA 850 DAYS 7 PASSENGER VANS. ITEM 0002AB 200 DAYS 8 PASSENGER VANS. ITEM 0002AC 600 DAYS 15 PASSENGER VANS. ITEM 0003 48 PASSENGER BUS WITH DRIVER. ITEM 0003AA 2700 HOURS 48 PASSENGER BUS WITH DRIVER. ITEM 1001 OPTIONS YEAR 1-SEDANS ARE RESTRICTED TO THE TYPES USING GENERAL SERVICES ADMINISTRATION (GSA) CLASSIFICATIONS STANDARDS. (i.e. CLASS II SEDANS-MID SIZE; CLASS III SEDANS-FULL SIZE; CLASS IV SEDANS LARGE; CLASS V SEDANS-EXECUTIVE) ITEM 1001AA 3200 DAYS CLASS II SEDANS-MID SIZE. ITEM 1001AB 250 DAYS CLASS III SEDANS-FULL SIZE. ITEM 1001AC 300 DAYS CLASS IV SEDANS-LARGE. ITEM 1001AD 350 DAYS CLASS V SEDANS-EXECUTIVE. ITEM 1002 OTION YEAR 1 VANS. VANS ARE RESTRICTED TO 7, 8, AND 15 PASSENGER VANS. ITEM NO 1002AA 850 DAYS 7 PASSENGER VANS. ITEM 1002AB 200 DAYS 8 PASSENGER VANS. ITEM 1002AC 600 DAYS 15 PASSENGER VANS. ITEM 1003 48 PASSENGER BUS WITH DRIVER. ITEM 1003AA 2700 HOURS 48 PASSENGER BUS WITH DRIVER. ITEM 2001 OPTION YEAR 2-SEDANS. SEDANS ARE RESTRICTED TO THE TYPES USING GENERAL SERVICE ADMINSTRATION (GSA) CLASSIFICATION STANDARDS(i.e. CLASS II SEDANS-MID-SIZE; CLASS III SEDANS-FULL SIZE; CLASS IV SEDANS-LARGE; CLASS V SEDANS-FULL SIZE; CLASS IV SEDANS-EXECUTIVE) ITEM 2001AA 3200 DAYS CLASS II SEDANS-MID-SIZE. ITEM 2001AB 250 DAYS CLASS III SEDANS-FULL-SIZE. ITEM 2001AC 300 DAYS CLASS IV SEDANS-LARGE; ITEM 2001AD 350 DAYS CLASS V SEDANS-EXECUTIVE; ITEM 2002 OPTIONS YEAR 2 VANS. VANS ARE RESTRICTED TO 7, 8, AND 15 PASSENGER VANS. ITEM 2002AA 850 DAYS 7 PASSENGER VANS; ITEM 2002AB 200 DAYS 8 PASSENGER VANS; ITEM 2002AC 600 DAYS 145 PASSENGER VANS; ITEM 2003 48 PASSENGER BUS WITH DRIVER. ITEM 2003AA 2700 HOURS 48 PASSENGER BUS WITH DRIVE. Items are to be quoted on as an indefinite-quantity, indefinite-delivery fixed price basis with one base year with options for two (2) additional years. Required delivery is 12-24 hours ARO, F.O.B. Destination, Pearl Harbor, Hawaii 96860. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards applies. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make multiple awards to the responsible contractors whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.225-7035, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT ? CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 23 APRIL 2004. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, (Code 201.LL), 19472Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to lambert.leong@navy.mil. Successful awardees of contracts may be subject to requirements of Department of Defense e-mall.
 
Place of Performance
Address: NAVY PUBLIC WORKS CENTER
Zip Code: 96860
 
Record
SN00578983-W 20040505/040503212247 (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.