Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2004 FBO #1036
SOLICITATION NOTICE

W -- Lease or Rental of Passanger Car

Notice Date
9/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-04-B-0009
 
Response Due
10/7/2004
 
Archive Date
12/6/2004
 
Small Business Set-Aside
N/A
 
Description
The Capital District Contracting Center at Fort Belvoir, Virginia is issuing 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 no tice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The Combined Synopsis/Solicitation is W91QV104B0009. This is a firm fixed price requirements type contract. Funds will be available on individual Delivery Orders. An estimated total of 42 vehicles, which include: 2 SUVs; 11 sedans; 12 mid sized vans for 7 passengers; and 17 pick up trucks, for the period of performance November 1, 2004 to September 30, 2005. Specifications are as follows: Contract is to allow for unlimited mileage, maintenance on vehicles, ability to turn-in/switch out vehicles with maintenance problems and multiple drivers. Insurance is not required on the vehicles as the government is self-insured. Vehi cles will be driven in and around the National Capital Region. The contractor shall provide sufficient personnel possessing the skills, knowledge, and training to perform satisfactorily the services required by this contract. The Contractor and its employ ees will have a thorough understanding of Standard English and must be able to communicate fluently with the military points of contact under the contract. The Contractor shall provide a Contractor Representative who will be the point of contact and will h ave the authority to act or make decisions for the Contractor on all matters pertaining to this contract. The Contractor will maintain and fix in a timely manner any problems (maintenance requirements, switching out of vehicles) that surface during the con tract period. The government will be responsible for items damaged or lost through willful misconduct or neglect in accordance with 52.228-8, Liability and Insurance, Leased Motor Vehicles. The Joint Air Defense Operations Center (JADOC) and any subordina te and/or follow-on units. Drivers: Any soldier mobilized under the Joint Air Defense Operations Center (JADOC) umbrella in support of Operation Noble Eagle. Recipient: JADOC. NCR. National Capital Region. SUV. Sport Utility Vehicle. Pickup. 4door utility truck. Sedan. Full size, 4-door car. Minivan. 7-passenger van. Contractor shall provide everything specified in Section 4 of this Performance Work Statement. The Contractor/contract shall provide for: 42 rental vehicles: 2 SUVs, 17 Pickups, 12 Minivans and 11 Sedans. Rental vehicles will be properly licensed, clean and maintained and meet state and local safety standards, in a safe operating condition, be no more than two years old, and have no more than 20,000 miles on the odometer. The veh icles will contain a full tank of gas at the time of pick up. Renter is expected to return the vehicle with a full tank of gas. Unlimited mileage is required. Vehicles will at a minimum come equipped with: Auto-transmission, Power Package, V6 Engine, AM/ FM Radio, Air Conditioning, Spare Tire, Safety Items (Ice Scraper, Emergency Kit). Contractor will provide for routine maintenance on vehicles (oil changes, brakes, tires, etc.). Contractor will allow turn-in/switch out of vehicles with other than routin e and scheduled maintenance issues. Contractor will provide for scheduled cleaning (full service car wash) of vehicles at least 2 times per month per vehicle. Contractor will provide 24/7 towing service for any maintenance emergency that may arise during contract period. Contractors office shall be located within 10 miles from Bolling AFB, Washington DC. Persons authorized to operate vehicles rented under this Agreement includes any soldier falling within the umbrella of the JADOC Unit or its follow-on u nit. Recipient will ensure that drivers are properly licensed. There will not be an additional charge for multiple drivers. Rotation of Vehicles: Approximate ly two to three time per year, the fleet of vehicle will need to be changed out with new vehicles to accommadate newly arriving units. One or two persons will sign for all of the vehicles. The vehicles to be rented will be ready for dispatch and to the ext ent possible the rental contract complete and ready to sign when the renter arrives at the rental location. The renter will be furnished a copy of the Company rental contract and will not be bound by any stipulation therein, which is inconsistent with this Agreement. In instances when no vehicles are available at time of pick-up and the renter has a reservation; the rental location will make arrangements to provide a vehicle through another location participating in the rental Agreement. The Contractor wil l notify renters that in the event of an accident or if repairs become necessary, the renter should immediately notify the Contractor by calling the toll free telephone number, or other telephone number provided by the Contractor and request a replacement vehicle if necessary and instructions for the disposition of the disabled vehicle. The renter will notify the company of any accident and obtain a police report for the company if one is reasonably available, and will fill out a company accident report whe n requested to do so. A replacement vehicle will be provided in a reasonable amount of time. The government will be responsible for items damaged or lost through willful misconduct or neglect. A detailed invoice will be provided to the recipient on a mon thly basis. Invoice will list each vehicle rented during the month (by type and description) with price for each vehicle with a total at bottom of invoice. Invoice will also contain any returned/replacement vehicles. Any vehicle exchanges by recipient mu st be approved and reported to the points of contact provided by the recipient. Contractor must have the ability to provide additional vehicles in addition to the 44 listed above from time to time. As units rotate in and out of the mission, recipient will need to surge up on vehicles to accommodate the incoming unit. NAICS: 532111; SIZE STANDARD: $21.5; SIC CODE: 7514. The delivery address is Joint Air Defense Operations Center, Det 12, 32d AAMDC; Det 268; 3 Brookley Ave, Suite 109, Bolling Air Force Bas e DC 20032. Delivery terms are FOB Destination, Fort Myers VA. The following clauses and provisions are applicable. Clauses Incorporated By Reference 52.212-1, Instructions to Offerors, 52.212-4 Contract Terms and Conditions. Clauses Incorporated By Ful l Text, 52.212-2 Evaluation-Commercial Items, the award will be based on, low price in accordance with the specifications. A completed copy of provision of 52.212-3 Offeror Representation and Certifications Commercial Items must be provided with bid, 52. 212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Clauses applicable, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-14 Limitation on Subcontracting, 52.222-19 Child Labor, Coo peration with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, 52.225-1 Buy American Act-Supplies; other provisions are: 52.232-18 Availability of Funds; 52.216-18 Ordering: such orders may be issued from 01 November 2004 through 30 September 2005; 52.216-19 Order Limitations: Mi nimum order one vehicle, maximum order 42 vehicles, in excess of 42 vehicles, within 30 days, returned to the ordering office within 5 days after issuance; 52.216-21 Requirements: the Contractor shall not be required to make any deliveries under this contr act after September 30, 2005; 252.2332-7003 Electronic Submission of Payment Request; 52.247-34 FOB Destination. The following DFARS clauses and provisions are applicable. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. 262.209-7004 Subcontracting with Firms that are Owned or Controlled by the Gover nment of a Terrorist Country, A completed copy of 252.212-7000 Offeror Representation and Certification Commercial Items must be provided with proposal. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicab le to Defense Acquisition of Commercial Items. Clauses applicable, 52.203-3 Gratuities, 252.232-7003 Electronic Submission of Payment Requests. Additional clauses that apply to this acquisition: 252.204-7004 Required Central Contractor Registration. Vendo rs who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering on line at www.ccr.gov. The full text of the FAR and DFAR ref erences may be accessed electronically at http://farsite.hil.ar.mil. Responses to this Invitation For Bid (IFB) must be signed, dated, sealed and received via mail or hand carry no later than October 07, 2004 before 2 pm, at the Capital District Contractin g Center, 9410 Jackson Loop, Suite 101, Fort Belvoir VA 22060. For questions contact Denese Henson, Purchasing Agent, or 703-806-4476. Or email: Denese_Y_Henson@belvoir.army.mil . No fax entries will be accepted.
 
Place of Performance
Address: ACA, Capital District Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
Country: US
 
Record
SN00682128-W 20040927/040925211647 (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.