Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

W -- Lease of Commercial Vehicles

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Marianas, PSC 455, Box 175 FPO AP, Santa Rita, GU, 96540-2200
 
ZIP Code
96540-2200
 
Solicitation Number
N40192-05-Q-9903
 
Response Due
6/8/2005
 
Archive Date
6/23/2005
 
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. Solicitation N40192-05-Q-9903 is issued as a Request for Quotation (RFQ). All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This quotation is for full and open competition. The NCAIS Code is 532112 and the size standard is $21.5 million. Quotation shall include all labor, supervision, tools, equipment, materials, management, transportation and facilities necessary to supply various commercial vehicles consisting of: two (2) Mini Vans and three (3) SUVs, with maintenance. Vehicles leased will be for the Naval Special Warfare Group One, Guam, M. I. The work shall be performed in accordance with the following Statement of work: Original Standard Form 1449 Solicitation/Contract/Order for Commercial Items will be issued for a minimum period not to exceed 12 months after the date of award. The Government has the option of extending the contract two additional 12 month periods each based on the same terms and conditions as contained in the specification, not to exceed the maximum lease period of 36 months. Vehicles will be delivered to the designated point, Naval Special Warfare Unit-1, Guam, M. I. The Contractor will deliver vehicles to the requested designation no later than 30 days after receipt of SF 1449 Solicitation/Contract/Order for Commercial Items. All vehicles shall be new and of current year models, and will meet the EPA CAF? ratings. Vehicles shall be the manufacturer?s standard exterior paint and of different colors with the exception of white, and no two vehicles shall be of the same color. The vehicles windows shall be tinted to the extent allowed by NAVMARIANASSUPPACTINST 5560.2A. The vehicles shall be roomy enough to accommodate six to eight agents wearing full law enforcement equipment and have a V-6 engine and automatic transmission. The vehicles shall also have power door locks and power windows, which can be operated/controlled by the driver of the vehicle. Each vehicle furnished shall comply with Federal Motor Vehicle Standards (49 CFR 571) and applicable state safety regulations. All vehicles to be delivered to the Government shall be equipped with emissions equipment certified for use in any U.S. State and/or its territories. All vehicles delivered to the Government shall contain a set of owner/operator?s manuals. Vehicles shall also contain a set of maintenance manuals per type of vehicle shipped. The Government shall maintain each vehicle in normal operating condition. Maintenance and service on the vehicles will be performed by the Contractor in accordance with the manufacturer?s specifications. Basic warranty repair items noted during the warranty period will be referred to the Contractor and/or a designated authorized dealer for resolution. Operational manual shall cover all controls, systems, and devices, doors, windows, and all other accessories of the complete vehicles. The Contractor shall provide the chassis manufacturer?s commercial warranty and the furnished equipment commercial warranty against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts for a minimum of 36 months from date of acceptance, or 36,000 miles of operation, exclusive of any accumulated driveway mileage, whichever occurs first. Warranty coverage shall include any defects or shortcomings. The warranty provisions are to be the manufacturer?s standard warranty for new vehicles as set forth in Federal Standard 112AJ and 307X. The Contractor shall provide a suitable replacement for any vehicles having major warranty problems/repairs. Replacement vehicles will be provided upon request at no additional cost to the activity; however, the Contractor is required to provide a replacement vehicle for the first 24 hours a vehicle is out of service. Contractor shall provide a warranty, in conformance with applicable regulations of the Federal Environmental Protection Agency and the California Air Resources Board, that covers emission control related parts which will be replaced, repaired, or adjusted if there is defect in a covered part that causes the vehicle to fail to conform to regulations for 5 years or 50,000 miles, whichever occurs first. The Contractor shall provide license and registration for all vehicles leased under this contract. The Government at destination will accept or reject vehicle(s) within two (2) workdays after receipt. Vehicles shall be free of defects that may impair serviceability or detract from appearance. If the Government determines that any vehicle furnished is not in the compliance with the contract, the Contractor shall be notified in writing within two (2) workdays with a copy to the Contracting Officer, Naval Facilities Engineering Command, Marianas, Guam. If the Contractor fails to replace the vehicle or correct the defects, the Government may (a) by contract, or otherwise correct the defect, or arrange for the lease of a similar vehicle and shall charge or offset against the Contractor any excess costs occasioned thereby, or (b) NAVFAC Marianas Guam may terminate the contract under the default clause. The Government will notify the Contractor within three (3) working days of accident/theft and will arrange for repairs of accident damaged, including damage sustained to a stolen vehicle during the period prior to recovery. The Contractor is required to provide a replacement vehicle during the period the vehicle is out of service. The accrued lease cost for the month in which the accident/theft occurs shall be determined on pro rate basis for such month. The Government shall be responsible for loss of or damage to: (1) leased vehicles, except for normal wear and tear and (2) property of third persons, or the injury or death of a third person if the Government is liable for such loss, damage, injury, or death under the Federal Tort Claims Act (28 USC 2671.2680). Vehicles shall be complete with all the necessary operating components and accessories customarily furnished to the general public, whether stipulated herein or not, together with such modification and attachments as may be necessary or specified herein to enable the vehicle to function reliably, and efficiently in sustained operation. Unless otherwise specified, the civilian and military procured vehicles, components, assemblies, and accessories to be delivered under the contract shall be of standard optional commercial automotive products, which meet or exceed the requirements specified. They shall comply with all Federal Motor Vehicle Safety Standards, and State Safety Regulations applicable to the specified vehicle on the date of manufacture. All components and optional items shall be as represented in the manufacturer?s current technical data. Technical data shall be limited to specifications and technical material, identical to that furnished to the authorized company representatives for selection of vehicle models and components, and shall be on file in appropriate offices of the procuring activity. When a specified component or accessory is available in the chassis manufacturer?s sales/engineering data, the vehicle shall be equipped with the OEM item. The component parts of the vehicle need not be the products of the same manufacturer. In addition, the vehicle(s) shall be furnished with the equipment, systems, and accessories as specified by the CODES in the tables. Codes are defined in the text of the standard, or are self-explanatory, as generally used in the automotive industry. Optional and standard equipment ordered shall be installed ready for use, unless otherwise specified. The automobile(s) shall be furnished with front and rear bumpers that meet the 49 CFR part 581 Bumper Standard. Unless otherwise specified, the supplier shall furnish the vehicle with an engine of the highest OEM net horsepower (standard or optional engine), which meets or exceeds the specified vehicles MPG requirements. The engine furnished shall not exceed the number of cylinders specified. When specified, the vehicles(s) shall be furnished as indicated: automatic transmission, with OEM oil cooler when available; available cooling and recovery system; available alternator and battery as applicable for the model; block heater; gasoline dual energy vehicle; and non CFC (Class I refrigerant) or HCFC (Class II refrigerant). The vehicle shall comply with Environmental protection Agency (EPA) regulations governing Control of Air Pollution from New Motor Vehicle Engines in effect on the date of manufacture. Vehicle shall be provided with a positive traction, limited slip, or automatic traction control. Tires shall be at least the minimum size specified with all season or regular highway thread. Tires furnished shall be the same size, type, and ply rating for all wheels including the spare. Offerors are asked to submit prices for the basic year and all option periods. Proposals are due at 1600 hours, local time, on Wednesday, 08 June 2005. Offers must be submitted to the point of contact identified above. The following clauses apply to this acquisition: FAR 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; 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, with additional sub-clauses applicable for this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of segregated facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions on Certain Foreign Purchases and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.228-8, Liability and Insurance ? Leased Motor Vehicle; 52.252-2, Clauses Incorporated by Reference (FEB 1998); DFARS 252.212-7001, Contract Terms and Condition Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following additional sub-clauses applicable for this solicitation: 52.203-3, Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002, Requests for Equitable Adjustment; and NFAS 5252.217-9301, Option To Extend the Term of the Contract ? Services. Offerors must maintain the minimum insurance amounts for Workman?s Compensation and Employer Liability Insurance, General Liability Insurance, and Automobile Insurance consistent with Government of Guam law. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation?Commercial Items with paragraphs (a) consisting of the following verbiage: The Government will award a contract resulting from this solicitation 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: Total Price and Past Performance. Past performance is approximately equal in importance to price. Award may be made to other than the low price and award may be made without conducting discussions; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, as well as its Alternate I; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. Text versions of all clauses/provisions are given in full text at http://farsite.hill.af.mil/. All responsible contractors are encouraged to submit an offer in response to this solicitation but not later than 1600 hours, local time, on Wednesday, 08 June 2005. Hard copy of offers must be submitted to the point of contact identified above. Offerors must submit, as part of their proposal, the following: (1) Completed copy of SF 1449 (w/vehicle make/models identified) and lump sum price with prices for the base period and all options - CLINs 0001 with subline items A001 two (2) mini vans and A002 three (3) SUVs for the base period of 12 months; CLINs 1001 with subline items B001and B002 for first option of 12 months; CLINs 2001 with subline items C001 and C002, for second option of 12 months; (2) completed representations and certifications at FAR 52.212-3 and Alternate I, as well as DFARS 252.212-7000, and (3) past performance information. This acquisition is unrated in accordance with the Defense Priorities and Allocations System. Further information regarding this solicitation may be directed to the point of contact identified above or E-mailed to teresita.untalan@navfacmar.navy.mil.*****
 
Place of Performance
Address: Naval Facilities Engineering Command, Marianas Guam, PSC 455, Box 195, FPO AP
Zip Code: 96540-2937
Country: USA
 
Record
SN00814709-W 20050526/050524212431 (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.