Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
SOLICITATION NOTICE

W -- Rental of sedans, 15-passenger vans, SUV's, and minivans for the period 2 May 05 through 6 Jun 05 for personnel located at Fort Bragg, NC.

Notice Date
4/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-05-T-0035
 
Response Due
5/2/2005
 
Archive Date
7/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for rental of midsize sedans, 15-passenger vans, minivans, and fullsize SUVs for the period 2 May 05 through 6 Jun 05 for personnel located at Fort Bragg, NC. This solicitation is prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and 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 solicit ation WILL NOT be issued. This solicitation is issued as a request for quotations under W911SA-05-T-0035. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This RFQ is set aside for small b usiness participation; the NAICS code and applicable size standard is 532111 and $21.5 million. A fixed price contract is anticipated for 4 line items. CLIN 0001, Quantity 1 each, midsize sedans, unlimited mileage. CLIN 0002, Quantity 10 each, 15-passen ger vans, unlimited mileage. CLIN 0003, Quantity 2 each, fullsize SUVs, unlimited mileage. CLIN 0004, Quantity 3 each, minivans, unlimited mileage. Performance work statement: 1.1 SCOPE OF WORK. Rental of vehicles with unlimited mileage allowance. T he vehicles will be used to transport personnel. The contractor shall provide safe, operable vehicles and services in accordance with this contract. The contractor shall provide delivery and pick-up from Fort Bragg, NC at the onset and expiration of the rental period. 1.2 POINTS OF CONTACT. The contractor shall provide points of contact (POCs) within the company to interface with the contracting representative on issues concerning leased vehicles. The Contractor shall provide the names, business addre ss, function (e.g., contract manager, accounts receivable, etc.), phone numbers, normal hours of operations, and the method to contact to the contract manager outside normal business hours (24 hours a day). 2.1 TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. 2.1.1 Acceptance inspection. An inspection shall be performed on all vehicles and equipment before placing them in service. Discrepancies must be fixed before putting the vehicle in service, if use of the vehicle would aggravate the problem or if the di screpancy creates a safety hazard. 2.1.2 Accident repairs. Repairs required as a result of collision; regardless of whether the object collided with a vehicle, or whether the vehicle requiring repairs was the moving unit. 2.1.3 Criminal act. A viola tion of a civil law. 2.1.4 Disabled vehicle. A damaged, worn out, or malfunctioning vehicle. 2.1.5 Fair wear and tear. The deterioration of items attributed to normal usage. 2.1.6 Hostile act. An act of war. 2.1.7 Scheduled maintenance. Periodic prescribed inspections or servicing of equipment accomplished on a calendar, mileage, or hours-of-operation basis. 2.1.8 Unscheduled maintenance. Maintenance that is not scheduled but is required to correct defic iencies and to restore the vehicle or equipment to a serviceable condition. GOVERNMENT FURNISHED ITEMS AND SERVICES 3.1 GENERAL. 3.1.1 Operator care. The Government operator will be responsible for operator care (e.g., checking fluids, tire pressure, lights, etc.) If any discrepancies are found, the contractor is responsible for correcting problems. 3.1.2 Fuel. T he Government is responsible for supplying the fuel used in the rental vehicle. CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 GENERAL. The contractor shall provide specified vehicles and all services required to keep the vehicles in a safe, operational c ondition. Vehicles will be delivered within the time frame ordered under this contract and must meet the minimum acceptance inspection criteria provided herein. Failure to pass acceptance inspection in the timeframe specified may result in a monetary pen alty. 4.1.1 Insurance. The contractor will provide insurance IAW FAR 52.228-8 Liability and Insurance, Leased Motor Vehicles. 4.2 VEHICLES. The following minimum criteria shall be met at the time of vehicle inspection: 4.2.1 Condition. Both the exterior and the interior of the vehicles must be free of excessive soil, rust, and damage. 4.2.2 Safety items. Each vehicle must comply with Federal Motor Vehicle Safety Standards (49 CFR 571), and State and local safety and environmental standards. 4.3 SERVICES. The contractor shall provide the following services: 4.3.1 Mainten ance. The contractor shall perform both scheduled and unscheduled maintenance at a facility he/she designates. The contractor will provide all parts, labor, and expertise necessary to complete required maintenance tasks. Tasks include oil changes, motor tune-ups, repair of flat tires, manufacturers recalls, and all other functions necessary to maintain vehicles in good operational condition. Parts include those items that must be replaced due to fair wear and tear such as windshield wipers, tires, hea dlamps, filters, fluids, and lubricants. The contractor is responsible for pick up of vehicles from Fort Bragg for both scheduled and unscheduled maintenance, and return of vehicles to Fort Bragg upon completion. The cost of parts and labor for maintenan ce on damages resulting from operator negligence may be submitted through the Contracting Officer as a claim for consideration for payment. 4.3.2 Recovery. Upon proper notification, the contractor will recover disabled vehicles. The contractor shall re spond to a trouble call within one hour of notification. If repairs cannot be made within 24 hours of notification, an equal replacement vehicle shall be provided to the Government at no additional cost. Telephone calls for repairs(s) or required mainten ance shall be via a toll-free National Service line (1-800, 1-888, or 1-877) at the contractors expense or via contractors acceptance of collect calls 24 hours per day to ensure service at any time or place. 4.3.3 Replacements. Replacements shall be provided for all vehicles that are out of commission within twenty-four hours. If no replacement vehicle is provided, the contractor shall be only paid for actual time of usage (see FAR 52.208-4 Vehicle Lease Payments). The full text of provisions and clau ses incorporated herein can be accessed electronically at the following sites: http://farsite.hill.af.mil/ and http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FA R 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies (no addenda). FAR 52.212-5 Contract Terms and Conditions Required To Implement St atutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6 Notice of Total Small Business Set Aside; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 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 Repor ts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.208-4 Vehicle Lease Payme nts; FAR 52.208-5 Condition of Leased Vehicles; FAR 52.208-6 Marking of Leased Vehicles; 52.208-7 Tagging of Leased Vehicles; and 52.228-8 Liability and Insurance Leased Motor Vehicles apply to this acquisition. DFARS Clause 252.212-7001 Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable cla uses in paragraph (b): 252.232-7003 Electronic Submission of Payment Requests and 252.247-7023 Transportation of Supplies by Sea, Alternate III. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered products and all information technology (IT) contained therein shall be Year 2000 Compliant. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic fund s transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provid er of NAICS 532111 under the Goods  Sevices section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505 . If the prospective awardee for this request for quotes is not registered in the CCR database by the RFQ due date, including NAICS 532111 in the Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful regi stered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practi ce (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price and extended total prices; DUNS number; and taxpayer identification numb er. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1000 CST on 2 May 05. Person to contact for additional information regarding the RFQ is Kris Murray, Contracting Officer, (608) 388-2702, fax (608)388-5950, kris.murray@us.army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00796700-W 20050429/050427212010 (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.