Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

23 -- Fort Carson, Directorate of Contracting issuance of a combined synopsis/solicitation to provide van rental services for the Directorate of Logistics (DOL).

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZ-05-R-0018
 
Response Due
3/25/2005
 
Archive Date
5/24/2005
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. ITEM 0001, 15-Passenger Van Rental, Rental of estimated 50 each, 15-passenger Vans to be utilized in and around Fort Carson/Colorado Springs, Colorado. Actual number of vans and dates ne eded to be specified on individual Delivery Orders. Rate: per day, per week and per month. Mileage: Unlimited. Maintenance: Contractor shall provide materials and services for oil changes; transmission flushes, brake pad replacements, and shall repai r or replace any belts, hoses, bulbs or tires that are damaged due to normal wear and tear. The Government will be responsible for providing fuel and for performance of 1st echelon maintenance (i.e. tire pressure, fuel/oil/antifreeze/window wash levels). Delivery/Pick Up: The vans shall be delivered to Fort Carson Transportation Motor Pool, 2400 O'Connell Blvd, Bldg 8000, Fort Carson, CO. Date and Time will be stated on each Delivery Order. The Government will comply with all pertinent State and Local laws and regulations. ITEM 0002, 15-Passenger Van Rental with Wheelchair Lift Capability, Rental of estimated 1 each, 15-passenger Van with Wheelchair Lift Capability to be utilized in and around Fort Carson/Colorado Springs, Colorado. Actual number of vans and dates needed to be specified on individual Delivery Orders. Rate: per day, per week and per month. Mileage: Unlimited. Maintenance: Contractor shall provide materials and services for oil changes; transmission flushes, brake pad replacements , and shall repair or replace any belts, hoses, bulbs or tires that are damaged due to normal wear and tear. The Government will be responsible for providing fuel and for performance of 1st echelon maintenance (i.e. tire pressure, fuel/oil/antifreeze/wind ow wash levels). Delivery/Pick Up: The vans shall be delivered to Fort Carson Transportation Motor Pool, 2400 O'Connell Blvd, Bldg 8000, Fort Carson, CO. Date and Time will be stated on each Delivery Order. The Government will comply with all pertinent State and Local laws and regulations. ITEM 0003, Miscellaneous Costs, i.e., vehicle damage, fuel refill, cleaning, etc. The Government will be responsible for returning vehicles filled with fuel and clean. In the event vehicles are not returned fille d with fuel or clean, charges of per gallon and a maximum cleaning fee of will be assessed by the contractor. The Government will be responsible for all violations their drivers receive while operating the contractor's vehicle. Any charges due to neglect must be itemized and submitted to the Contracting Officer before payment can be made. Accidents/Breakdowns: The Government should call if breakdown/accident occurs. In the event the vehicles sustain damage, the contractor shall immediately notify the C ontracting Officer. Actual cost must be itemized and submitted for approval by the Contracting Officer before payment can be made. Clauses incorporated by reference: 52.202-1 Definitions; 52.203-5Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.204-3 Taxpayer Identification; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 Marking of Lea sed Vehicles; 52.208-7 Tagging of Leased Vehicles; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, And Other Responsibility Matters; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor's Debarred, S uspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.228-8 Liability and Insurance - Leased Motor Vehicles; 52.232-18 Availability of Funds; 52.232-22 Limitation of Funds; 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to D efense Acquisitions of Commercial Items (Deviation); 252.225-7001 Buy American Act and Balance of Payments Program. Clauses Incorporated by Full Text: 52.212-2 Evaluation Commercial Items. (a) The Government will award a contract resulting from this soli citation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: For evaluation purposes only, the gove rnment will assume 15 daily orders, 15 weekly orders, and 30 monthly orders. Prices quoted for each line item will be extended by these quantities and totaled to determine the evaluated price for each quote. These quantities are estimates for evaluation purposes only. Actual quantities ordered may, and probably will, vary based on the needs of the Government during the contract period. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the to tal price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of a ward or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiratio n time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Clause); 52.212-5 Contract Terms and Conditions Required to Im plement Statutes or Executive Orders -- Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive or ders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest After Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: (Contracting Officer shall check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (June 2003)(Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I (Mar 1999) of 52.219-5. ___ (iii) Alternate II (June 2003) of 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (6) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2002)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (7) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (12) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). _X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). ___ (14) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). ___ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). ___ (17) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___ (19) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jan 2005)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (20) 52.225-5, Trade Agreements (Jan 2005)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (21) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (22) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (Feb 2000)(E.O. 12849). ___ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). _X_ (26) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (28) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989)(41 U.S.C. 351, et seq.). ________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the cl ause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final terminat ion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to est ablish the reasonableness of prices under Part 15) in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (5) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) 52.216-18  Ordering.(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from April 2005 thr ough December 2005 (Actual dates to be inserted at time of award).(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contra ct shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause) 52.216-19 -- Order Limitations.(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1Van, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supp lies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 50 Vans; (2) Any order for a combination of items in excess of 50 Vans; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requireme nt exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause); 52.216-22 -- Indefinite Quantity. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates onl y and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services s pecified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order is sued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with resp ect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after December 2005 [actual date will be completed at time of award] .(End of Clause); 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make t heir full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far. (End of clause); 52.223-5 ALT 1 Pollution Prevention and Right-to-Know Information (Aug 2003).; 252.232-7003 Ele ctronic Submission of Payment Requests. Proposals are due by 4:00pm, 25 March 2005 (MST). Email proposals will be accepted at: tina.hamalak@carson.army.mil To mail a hard copy, submit to: Army Contracting Agency, Directorate of Contracting, Tina Hamalak, 1633 Mekong St., Bldg 6222, Fort Car son, CO 80913-4310. Faxed proposals may be sent to: Tina Hamalak at 719-526-5333.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00770006-W 20050318/050316212119 (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.