Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

23 -- Passenger Car Lease

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, G-C-7 East High Rise Building 6401 Security Blvd., Baltimore, MD, 21235
 
ZIP Code
21235
 
Solicitation Number
SSA-RFQ-05-1533
 
Response Due
6/29/2005
 
Archive Date
7/14/2005
 
Description
The Social Security Administration (SSA)is seeking quotations for LEASE OF VEHICLES.This is a combined synopsis/request for quotation (RFQ-05-1533)for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.This procurement is being conducted as a simplified acquisition in accordance with FAR 13.The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular FAC 2005-04. This announcement constitutes the only solicitation. A written request for quotation will not be issued. The North American Industry Classification System code for this acquisition is 532112. The small business size standard is $21.5 million. GEOGRAPHIC AREA: The contractor must be located within a 74-mile radius of the SSA Headquarters complex located in Woodlawn, MD. REQUIREMENT/ SPECIFICATIONS: Full service leasing of two vehicles as follows: 1)2006 Lincoln Town Car Signature Limited, model M82/300A. Specifications: Black clear coat exterior; medium parchment interior; equipped with all standard features plus upgrade for front license plate bracket, trunk mounted 6-disk CD changer and trunk organizer 2) 2006 Mercury Grand Marquis LS 4-Door Sedan, model M75/230A. Specifications: Black clear coat exterior; medium parchment interior; equipped with all standard features plus upgrade for leather seating with 8-way power driver/passenger, front license plate bracket and driver/passenger air bags, 6-disc CD-changer, and conventional spare tire. Any additional upgrades that the offeror chooses to provide must be noted in the response. TELEPHONE SYSTEM: The Government will install its own telephone system in each vehicle. MAINTENANCE/REPAIRS/OPERATING SUPPLIES/RECALLS: The contractor shall provide all maintenance and repairs (both warranty and non-warranty), and service such as tire replacements, oil and similar type items, at no additional cost to the Government. The Government will supply all gasoline. Factory recalls require replacement of like models. A loaner vehicle is not required for times of repair. Towing service is not required. PERIOD OF PERFORMANCE: Lease will be for a base year, effective September 30, 2005, with 1 option year. Leasing will be effective the day of pickup. DELIVERY/PICK-UP OF VEHICLES: Cars will be picked-up by the Government on or before September 30, 2005, at a time that is mutually agreed to between the Government and the contractor. DELIVERABLE: As required by FAR 52.228-8: Liability and Insurance ? Leased Motor Vehicles, the contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. TERMS AND CONDITIONS: The provisions of FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Apr 2005) are incorporated by reference. FAR 52.212-4(n) ?Title? is tailored as follows: Title of the vehicles shall remain with the contractor. The following provisions at FAR Part 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items Apr 2005 apply to this acquisition:(b)14),(b)15),(b)16),(b)17),(b)(19),(b)(23),(b)(26),(b)(32). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); FAR 52.208-4 Vehicle Lease Payments (APR 1984); FAR 52.208-5 Condition of Leased Vehicles (APR 1984); FAR 52.208-6 Marking of Leased Vehicles (APR 1984); FAR 52.208-7 Tagging of Leased Vehicles (MAY 1986); and FAR 52.228-8 Liability and Insurance ? Leased Motor Vehicles (May 1999). All FAR references can be found at www.arnet.gov. INSTRUCTIONS TO OFFERORS: The following provisions at FAR 52.212-1, Instruction to Offerors ? Commercial Items (JAN 2005) (tailored apply to this acquisition:(b)(1)?(b)(9),(b)(11),(c),(f),(g), and (j). Paragraph (b) submit offer on company letterhead including a firm-fixed price for each vehicle for each year of the lease agreement (base and 1 option year). EVALUATION: The provisions at FAR Part 52.212-2, Evaluation-Commercial Items (JAN 1999) (tailored) apply to this acquisition:(a). The Government will award an order resulting from this request for quotation to the lowest priced responsible quoter whose quote conforming to the request for quotation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate quotes: price and acceptability of the items quoted to meet the Government?s requirement as described above. In the event of a tie, award will be made to the offeror offering additional upgrades other than those cited in the specifications. To be considered for an award under this solicitation, quoters must provide firm-fixed unit prices for each year of performance. Price increases from the manufacturer cannot be passed on to the Government after award. REPRESENTATIONS AND CERTIFICATIONS: Quoters must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications ?Commercial Items, with their quote. The Representations and Certifications can be found at www.arnet.gov. RESPONSE DATE: Questions shall be submitted no later than June 27, 2005. Offers shall be received no later than 3:00 p.m., local prevailing time, June 29, 2005. Questions and offers shall be submitted electronically (Microsoft Word) to Phyllis Porter, Contract Specialist at phyllis.porter@ssa.gov. All margins shall be no smaller than 1? and the font size no less than 11. Faxed and mailed submissions will not be accepted.THE DUN & BRADSTREET NUMBER (DUNS) AND TAXPAYER IDENTIFICATION NUMBER (TIN) MUST BE INCLUDED ON THE COVER PAGE OF THE PROPOSAL. In addition, page(s) from quoter?s published price list showing items marked with an asterisk must be included in the proposal.
 
Place of Performance
Address: Social Security Administration, 6401 Security Blvd., Baltimore, MD,
Zip Code: 21235
Country: USA
 
Record
SN00835653-W 20050625/050623221312 (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.