Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

W -- Defense Courier Service

Notice Date
8/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
Reference-Number-F7DCSS1109633
 
Response Due
9/1/2005
 
Archive Date
9/16/2005
 
Description
This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in FAR subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotations are being requested and a written solicitation will not be issued. The reference number is F7DCSS1109633. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-05 and DFARS DCN 20050726 Edition. All responsible sources shall submit a written proposal, which will be considered. Facsimile submissions will also be accepted. The North American Industry Classification System (NAICS) code for the solicitation is 532111. This combined synopsis/solicitation is restricted to the UK. Item/Services Description: CLIN 0001 - Leased Transit vans with specialy installed cages, Qty:2 Paid quarterly. Contract for 1 quarter starting 1 October 2005 with 11 option quarters attached (Requirements listed below). Requirements: 1. Engine: 2.5 diesel 2. Transmission: 5 speed manual 3. Clutch: Heavy Duty 4. Suspension: Heavy-duty springs and shock absorbers 5. Radiator: Heavy duty 6. Battery: Heavy duty 7. Fuel cap: Locking 8. Alternator: Heavy duty 9. Fuel Tank: 68 Liter Minimum 10. Interior: Full steel bulkhead (factory installed) enclosed cab with no access to cargo area from the cab. No windows in cargo area and cargo area openings must be enclosed in 16 gauge steel cage with less than a 2 inch opening, welded to frame. 10.1.1.1. Lockable passenger compartment 10.1.1.2. Am/Fm radio w/CD player 10.1.1.3. Clock 10.1.1.4. Trip recorder 10.1.1.5. Hidden fuel shutoff valve 10.1.1.6. Auxiliary ignition switches or other disabling devices. 10.1.1.7. Seating capability for 3 individuals. 11. Exterior: High roof with high rear doors ? minimum height 57 inches. 11.1.1.1. Solid side door and rear doors with no windows. 11.1.1.2. Lock ? Key lock on side and rear doors with an additional hasp-locking device that will accommodate two padlocks on each set of internal cargo doors. 11.1.1.3. Magnetic yellow rotating safety beacon for roof of cab. 12. Steering: Power assisted. 13. Rust Proofing: Interior and exterior 14. Keys: 2 sets per vehicle 15. Owner?s Manual: 2 per vehicle 16. Tires: Heavy Duty 6 ply tires (full size spare tire mounted on a rim) 17. All preventive maintenance and servicing provided by the contractor. 18. All batteries, exhaust, clutch, and tires replaced as necessary by the contractor 19. Comprehensive road coverage for the term of the contract (AA or RAC) 20. Relief vehicle options: If loss of use is due to mechanical breakdown, an immediate relief vehicle will be required. 21. Load capacity: 3000 ? 3600 lbs. Original leased vehicles will be used for duration of performance period. Will be in safe and serviceable operating condition Properly registered and licensed and comply with all safety laws, ordinance rules and regulations specified by the British Government. Road tax for each year in service. Normal Hours of Operation: The contractor shall be available for administrative purposes 0900 ? 1700 hours, Monday through Friday, except UK holidays. However, the contractor shall make an available rental service 24 hours per day, 365 days per year during the contract period and performance. The contractor shall provide the contracting officer with the details of the service prior to the contract start date. DELIVERY: For initial delivery and final collection of the vehicle, the contract price shall include delivery to and collection from the following location: Defernce Courier/DCS Bldg 550 RAF Mildenhall Suffolk IP28 8NF GOVERNMENT ? FURNISHED MATERIALS: The Government will provide all fuel, engine oil, tire air, and coolant water and windscreen washing liquids required to operate the vehicles furnished under this contract. The Government will be only responsible for replacing/paying for the cost of replacing, all tires (including removal and installation) and windshields when it has been determined the Government has been negligent. CONTRACTOR?S PROPERTY/LIABILITY: The contractor shall bear the risk of loss or damage to the equipment supplied under this contract, except when such loss or damage is caused by U.S. Government negligence or abuse. Title to the contractor?s equipment and supplies shall be retained by the contractor at all times. INSURANCE: The vehicles are obtained with the U.S. Government providing self-insurance. MAINTENANCE: Maintenance and repairs to keep the vehicles in safe operating condition shall be the responsibility of the contractor. BREAKDOWN/ACCIDENT PROCEDURES: The contractor shall provide a reputable, nationwide, 24 hours per day, seven (7) days per week vehicle accident and breakdown response service (e.g. AA, RAC, etc.) to be used by the Government in the event of a vehicle breakdown and/or accident. Details (e.g. company name, phone number, membership number, etc.) shall be provided in writing to the contracting officer prior to contract start date. In the event of a mechanical failure, the Government representative will call the contractor?s designated vehicle breakdown organization. A replacement vehicle may be requested from the contractor for any vehicle breakdown, which is longer than four (4) hours. The Government reserves the right to have all replacement vehicles delivered by the contractor. In the event the Government decides to pick-up the vehicle, the contractor may release the vehicle to an authorized Government representative at the contractor?s designated facility. Upon receipt of a request for a replacement vehicle, the contractor shall provide it within 24 hours. All pick-up and removal of inoperable vehicles shall be the responsibility of the contractor. Prior to contact start date, the contractor shall provide to the contracting office a list of contacts (e.g. names, addresses and phone numbers) from whom the Government can seek assistance. ACCIDENTS: In the event of an accident, the contracting officer, the Logistics Readiness Squadron Vehicle Operations Flight and the contractor will be informed no later than the next normal workday. FAR provision at 52.211-6 Brand Name or Equal, applies to this requirement. If quote is for an or equal product, specifications of the item must be included in quotation. The provision at 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price offer. FAR 13.106-2, Evaluation of quotations or offerors The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will provide the best value to the government. The government reserves the right to make award to other than the low bidder. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications of Commercial Items. The following clauses also apply to this acquisition: 52.217-9 Option To Extend the Term of the Contract, 52.232-18 Availability of Funds, 5352.242-9000 Contractor Access to Air Force Installations, 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, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), USAFE 5352.225-9100, Submission of offers in other than United States Currency. The full text of these clauses and provisions may be viewed at the following web site: http://farsite.hill.af.mil. All proposals should be clearly marked with the bidders name and reference number. NOTICE: REFERENCE DFARS CLAUSE 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. AS OF 31 MAY 1998, ALL CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY. IT IS THE OFFERORS RESPONSIBILITY TO REGISTER AND/OR CONFIRM THT ALL INFORMATION IN THE REGISTRY IS ACCURATE AND COMPLETE. Bids shall be submitted via fax to 011-44-163852-2260 or email to bethany.schwartzkopf@Lakenheath.af.mil not later than 1400 (2:00 p.m.) GMT, 1 September 2005.
 
Place of Performance
Address: Defernce Courier/DCS, Bldg 550, RAF Mildenhall, Suffolk,
Zip Code: IP28 8NF
Country: UK
 
Record
SN00873858-W 20050820/050818212721 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.