Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

W -- Vehicle Rental

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0031
 
Response Due
4/29/2005
 
Archive Date
5/14/2005
 
Description
The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for the rental of cargo vans, fifteen-passenger vans, SUVs, trucks, and full size sedans for the period of 9 May 2005 through 18 August 2005. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. All quotes must reference the Request for Quotation number H92239-05-T-0031. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-03. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 532111. Size Standard is $21.5 million. This requirement is unrestricted, full and open competition. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. REQUIREMENT CLIN 0001 - Rental of twenty five (25) Full size sedans for the period 8:00 AM on 9 May through 4:00 PM on 22 July 2005 in accordance with the Performance Work Statement. CLIN 0002 - Rental of twenty five (25) Full size sedans for the period 8:00 AM 16 May through 4:00 PM 19 August 2005 in accordance with the Performance Work Statement. CLIN 0003 - Rental of two (2) cargo vans for the period 8:00 AM 03 June through 4:00 PM 14 June 2005 in accordance with the Performance Work Statement. CLIN 0004 - Rental of two (2) fifteen-passenger vans for the period 8:00 AM 03 June through 4:00 PM 14 June 2005 in accordance with the Performance Work Statement. CLIN 0005 - Rental of one (1) SUV for the period 8:00 AM 03 June through 4:00 PM 14 June 2005 in accordance with the Performance Work Statement. CLIN 0006 - Rental of five (5) cargo vans for the period 8:00 AM 30 June through 4:00 PM 21 July 2005 in accordance with the Performance Work Statement. CLIN 0007 - Rental of five (5) 15-passenger vans for the period 8:00 AM 30 June through 4:00 PM 21 July 2005 in accordance with the Performance Work Statement. CLIN 0008 - Rental of one (1) SUV for the period 8:00 AM 30 June through 4:00 PM 21 July 2005 in accordance with the Performance Work Statement. CLIN 0009 - Rental of one (1) truck for the period 8:00 AM 30 June through 4:00 PM 21 July 2005 in accordance with the Performance Work Statement CLIN 0010 - Rental of two (2) cargo vans for the period 8:00 AM 13 June through 4:00 PM 24 June 2005 in accordance with the Performance Work Statement. CLIN 0011 - Rental of two (2) fifteen-passenger vans for the period 8:00 AM 13 June through 4:00 PM 24 June 2005 in accordance with the Performance Work Statement. CLIN 0012 - Rental of one (1) SUV for the period 8:00 AM 13 June through 4:00 PM 24 June 2005 in accordance with the Performance Work Statement. CLIN 0013 - Rental of five (5) cargo vans for the period 8:00 AM 01 August through 4:00 PM 18 August 2005 in accordance with the Performance Work Statement. CLIN 0014 - Rental of five (5) 15-passenger vans for the period 8:00 AM 01 August through 4:00 PM 18 August 2005 in accordance with the Performance Work Statement. CLIN 0015 - Rental of one (1) SUV for the period 8:00 AM 01 August through 4:00 PM 18 August 2005 in accordance with the Performance Work Statement. CLIN 0016 - Rental of one (1) truck for the period 8:00 AM 01 August through 4:00 PM 18 August 2005 in accordance with the Performance Work Statement All vehicles will be utilized daily, and shall include unlimited mileage, maintenance, upkeep and current vehicle inspections as required by the state in which the vehicles are registered. All vehicles provided under this order shall not be older than model year 2003 and shall comply with the requirements in FAR 52.208-5. Vehicles shall be delivered to the government licensed and tagged by the contractor. The contractor shall maintain current inspections and state tags on all vehicles provided under this order. QUOTES: Quotes shall be submitted showing type of vehicle, price per vehicle, and total price. Performance Work Statement (PWS): 1. The Contractor shall provide all material, equipment, maintenance, quality control and any other items necessary to provide vehicle rentals. The Contractor shall provide rentals for a period of approximately two and a half months, the dates identified above. The Contractor shall provide vehicle rentals with unlimited mileage. All vehicle rentals are without drivers. All vehicle rentals shall conform to the Buy American Act. 2. Vehicle rentals shall be delivered by the Contractor to Building D-2004, Marion Road, A Co. 2nd BN, Fort Bragg, NC no later than 8:00 AM (EST) on the contract start date specified and picked-up from the same site no later than 4:00 PM (EST) within two (2) working days of the end of the rental period (usage) specified. The Government shall not be billed for the two-day period after the aforementioned notification is made, or for any other additional days in the event the Contractor fails to pick-up the effected vehicle rental as required. The Government reserves the right to pick-up and/or drop-off (return) vehicle rentals at the Contractor's place of business if deemed more convenient or advantageous to the Government. 3. The exterior and interior of the vehicle rentals provided must be free of excessive soil, rust, and damage. All vehicle rentals provided hereunder shall be 2003 or newer model years. Vehicle rentals not meeting all the requirements specified herein shall not be accepted for use by the Government, nor, shall any costs associated with attempts to provide unacceptable vehicle rentals, be paid. 4. Vehicle rental types, and specific requirements thereto, are as follows: a. Full-size Sedans, shall be four-door sedans with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), functional windows and 12 volt power outlet, spare tire/jack and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. b. Full-size Cargo Van, shall be multi-door cargo van with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack, functional door locks, functional auxiliary 12 volt power supply and outlet and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. c. Full-size 15 Passenger Van, shall be multi-door cargo van with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack, functional door locks, functional auxiliary 12 volt power supply and outlet and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. d. Full-size Large SUV, shall be multi-door sport utility vehicle (SUV), four wheel drive with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack, functional door locks, functional auxiliary 12 volt power supply and outlet and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. e. Full-size Quad Cab Pickup Truck, shall be multi-door (quad cab) pick up truck, four wheel drive with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack, functional door locks, functional auxiliary 12 volt power supply and outlet and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. 5. There is no color preference requirement for the vehicle rentals. However, the Government would prefer all vehicle rentals provided of similar type (make) to be of different color. The contractor shall provide at least three different types (makes) of sedans for CLINs 0001 and 0002. 6. All vehicle rentals provided shall comply with Federal Motor Vehicle Safety Standards (49 CFR 571), State and local safety and environmental standards, NC DMV registrations, fees/licenses, inspections and any other necessary certifications for lawful use on public thoroughfares. 7. Each vehicle rental shall be supplied with two identical sets of keys with a tag identifying the make, model and tag number of the vehicle. The Government shall be responsible for replacing lost keys. 8. The contractor shall be responsible for furnishing each vehicle rental delivered full of fuel, and all vehicle rentals will be returned with an equal amount of fuel as was recorded to be present at the time of delivery or pick-up. 9. The Contractor shall record delivery or pick-up, recovery or drop-off, and all conditions thereto, for each vehicle rental provided hereunder. This documentation shall constitute the Government's concurrence with the state of, or conditions of, vehicle rentals at the time of delivery or pick-up and must have a valid signature of an authorized Government representative as designated by the Contracting Officer or their representative. The Government will provide a Point of contact with the Contract Award. This documentation shall also constitute the Government's inspection and acceptance at the time of recovery or drop-off of vehicle rentals and represents evidence and proof of supplies rendered for invoicing purposes. This documentation must have a valid signature of an authorized Government representative and clearly indicate the chargeable usage, or rental period, for the effected vehicle rental. These records shall be made using customary commercial documentation and methods. The Contractor shall provide copies of this documentation to the signatory and one copy for each of the vehicle rentals covered shall accompany the applicable invoice(s). Record of any other concern, dispute, or action(s) the Contractor may invoke pursuant to the terms and conditions of the contract shall be made separately or in addendum to the aforementioned documentation. 10. General and routine vehicle maintenance, as prescribe by the manufacture's recommend maintenance schedules, shall be the responsibility of the Contractor. This maintenance shall include, but is not necessarily limited to, oil changes, lubrications, wiper blade replacement, tire rotation and other functions necessary to maintain vehicles in good and safe operational condition. The Government shall be the sole arbitrator for determining a vehicle to be in good and safe operating condition. Vehicle rentals turned-in for general and routine maintenance shall not incur usage charges for the full days that they are out-of-service. 11. The Contractor will provide insurance in accordance with FAR 52.228-8 Liability and Insurance Leased Motor Vehicles to cover the cost for replacement or repair of vehicles lost, stolen, or damaged through criminal acts, natural acts (commonly called acts of God), or hostile acts. The Government is self-insured and as such shall bear responsibility for repair of damages, not to exceed the salvage value of any effected vehicle rental covered hereunder, which is caused directly by and documented to have been the willful negligence of an authorized Government user. The Government shall ensure all authorized users of the vehicle rentals covered hereunder posses at least a Class C privately owned vehicle (POV) operator's license from their state of origin and are qualified and licensed in accordance with U. S. Army regulations (where applicable). The Government shall not bear responsibility for repair of damages, or costs thereof, that are caused as a result of fair wear and tear, as would result from normal, reasoned and ordinary vehicle operations, for example, tire wear or punctures, paint discoloration from bird droppings, soiled carpets, etc? 12. Recovery of disabled vehicles shall be the responsibility of the Contractor. Upon notification by the COTR, Contract Administrator, KO or authorized Government user of a vehicle rental covered hereunder, the Contractor shall make all necessary arrangements and provisions to effect retrieval and/or recovery of disabled vehicle rentals and provide all necessary emergency repairs and services, for example, battery replacement, to restore the vehicle to a good and safe operating condition. The Contractor shall respond to these disabled vehicle calls within two (2) hours of the aforementioned notification. A message left on the Contractor's Point of Contact (POC) answering machine constitutes a bona fide attempt to initiate a disabled vehicle call and the Contractor?s response time begins at that point. The Contractor may provide a pager, cell phone number and/or an email address to facilitate communications with Government, this in no way relieves the Contractor of the stated requirement. Hours for disabled vehicle recovery call coverage are 24 hours per day, seven day a week, including Federal Holidays for the full term for which this Contract is enforceable. There is the potential for after-hours disabled vehicle call coverage with regard to this Contract. This requirement shall be provided in accordance with the terms herein and at no additional cost to the Government. If needed repairs to a vehicle rental for which a disabled vehicle call is made cannot be effected, that is, the vehicle returned to a good and safe operational condition, within six (6) hours of the initial notification, an equal type, or better, replacement vehicle rental shall be provided to the Government at no additional cost. Vehicle rental recoveries under repair services shall not incur usage charges for the full days that they are out-of-service, that is, unavailable for intended use. The Contractor shall afford to Government users and their authorized passengers utilizing vehicle rentals covered hereunder all due consideration and relief with respect to any retrieval and/or recovery action(s) of disabled vehicle rentals, to include, the disposition and accommodation of the user and any passengers should they be stranded due to a non-operational or unsafe vehicle as is customary of the commercial vehicle rental industry. The Contractor shall provide a POC to serve as the Contractor's principle liaison for the purpose of satisfying this requirement, at a minimum, the POC shall assess, record, initiate and follow-up on disabled vehicle calls to ensure all the resolution efforts or actions are conducted in an effective and professional manner. 13. The Contractor shall invoice no more often than monthly, with the exception of any prorated costs of vehicle rentals for periods of less than one month. These charges or costs, if any, shall be invoiced in strict accordance with FAR Clause 52.208-4. A copy of the invoice shall be submitted to the Contracting Office. 14. VEHICLE INSPECTIONS. Two (2) technical inspections will be made of each vehicle rental ordered hereunder. The initial inspection shall be made jointly by the Contractor and the authorized Government representative at the time of delivery or pick-up for each vehicle rental. Written document shall be generated, in duplicate, that itemizes any and all visible dents, dings, scratches or other damage and/or defects, as well as, providing an overall assessment of the operational condition of the rental vehicle. This document or "inspection checklist" shall be signed by both inspecting parties and constitutes testament of the condition of vehicle rental at the time of delivery or pick-up by the Government. The documentation used for this purpose shall be provided by the Contractor and shall be standard commercial type forms or reports. The amount of fuel present shall be noted. The mileage shown on the odometer shall be recorded for informational purposes only. 15. A second technical inspection shall be conducted jointly by the Contractor and the Government representative at the time vehicle rentals are picked-up, recovered or dropped-off. A written inventory or "inspection checklist" shall be generated for each vehicle rental to record and document the condition of the vehicle at the time it is returned to the Contractor. Procedure shall follow that of the delivery inspection. Copies of this documentation shall accompany invoices. This document or "inspection checklist" shall be signed by both inspecting parties as testament of the condition of the rental vehicle at the time of return. The document(s) used for this purpose may be the same document used for delivery, so long as, the functions of delivery or pick-up are distinct and easily discernable from that of return or drop-off of the effected vehicle rental. The Government shall ensure an equal amount of fuel is present at return as was recorded at acceptance. In the event the Government fails to do so, the Contractor agrees any charges to replace missing fuel shall be separate and apart from this contract, and is to be coordinated directly with the Government representative to make arrangement for payment of these charges by Government Credit Card. Mileage incurred on the vehicle rentals will be recorded for informational purposes only. 16. Refueling of vehicle rentals while in use under this contract shall be the responsibility of the Government (e.g., the Requiring Activity). 17. The exact combination, or mix, of the twenty five (25) vehicle rental types (makes) provided to satisfy the requirements of this PWS shall be the responsibility of the contractor. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: It is the contractor?s responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: (Quotes shall be evaluated as to technical, price and past performance. Award shall be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government) The Government may issue multiple awards; 52.212-3 Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (DFARS) 252.212.7000 Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration; 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 - Marking of Leased Vehicles; 52.208-7 Tagging of Leased Vehicles; 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.228-8 Liability and Insurance ? Leased Motor Vehicles; 52.212-1 Instructions to Offerors ? Commercial Items; 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 (Deviation), 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, 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration, 52.222-36 Affirmative Action For Workers with Disabilities, 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications. Additionally, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 29 April 2005. E-mail submissions will be accepted at glasska@soc.mil or fax at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, CLINS 0001through 0016, to include unit and total price, (2) completed Representations and Certifications, (3) acknowledgement of any amendments that may be issued, and (4) past performance information. Questions regarding this solicitation must be emailed to Ella Porter at portere@soc.mil. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil
 
Place of Performance
Address: Fort Bragg, North Carolina
Zip Code: 28310
Country: US
 
Record
SN00793797-W 20050423/050421212409 (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.