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 -- Lease Vehicles

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-WK3FQY51110903
 
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 refernce number is WK3FQY51110903. 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: Mid size sedan.Vectra / Modeo (Group E) or equal, Qty:2 for 12 months from 1 October 2005 through 30 September 2006 (description of service below) SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, parts, materials, facilities and transportation to provide the following: Contractor shall provide one vehicle as follows Model: Mid size sedan. For Example: Vectra / Modeo (Group E) Curb weight: 2930 ? 3336 pounds Horsepower: 140 (minimum) Colour: Subdued, such as silver, grey, navy Upholstery: Cloth (minimum) Wheels and tyres: Standard Suspension: Standard Engine: 2.2 ? 2.7 litre petrol automatic Airbags: Standard General features: Standard Electrics and lighting: Standard In-car Entertainment: Standard Coded Keys: Standard Contractor shall provide a new vehicle with road tax and licence plates ready for UK road use complying with all safety laws, ordinance rules and regulations specified by British law. Also provide breakdown and recovery service and maintenance for vehicle. Road Tax and MOTs as required for the duration of the lease at no additional cost. DELIVERY: For initial delivery and final collection of the vehicle, the contract price shall include delivery to and collection from the following location: SDDC UK Unit 35 Bluestem Road, Ransomes Europark Ipswich Suffolk IP3 9RR The contractor shall coordinate delivery with the above organization and shall deliver the vehicle to same for proper acceptance, inspection and processing to the base fleet. BREAKDOWN/ACCIDENT PROCEDURES: The Contractor shall provide a reputable, nationwide, 24 hours a 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/accident that will entail a wait of 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 pickup and removal of inoperable vehicles shall be the responsibility of the Contractor. The vehicle to be locked in a secure area until the government authorises release. Prior to contract start date, the Contractor shall provide to the Contracting Officer 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 Vehicle Operations Flight and the Contractor will be informed no later than the next normal work day. CLAIM FOR DAMAGE. All claims for damage, including reimbursement (e.g. windscreens, tires, etc.) caused due to the negligence or fault of the government shall be submitted to the Contracting Officer for his/her final decision in accordance with the Disputes Clause. Negligence and fault do not include damage caused by ?fair wear and tear?, which is described as surface scratches and rubs of ?? or less in diameter, paint/rock chips of ?? or less in diameter, chipped windscreens, windows, lamps, and small dents of ?? or less in diameter. Tires worn through normal road use shall be replaced at no extra cost by the Contractor. MAINTENANCE. Government responsibility for maintenance shall be limited to daily checks of fluid levels when used, monthly checks of tire pressures, and maintaining overall cleanliness. Contractor will replace tires when tread down to minimum limit, and provide services as recommended by manufacturer on-site at RAF Lakenheath. Contractor to provide a schedule for vehicle maintenance and if vehicle has to be taken to an approved workshop agree to keep the vehicle in a secure area until its return to 48LRS. TERMINATION. Contractor agrees to terminate this contract on direction from the contracting officer or on non-renewal of contract after expiry date. The government will not be held liable for additional rental costs after the termination date. 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: 52.232-18 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: SDDC UK, Unit 35, Bluestem Road, Ransomes Europark, Ipswich, Suffolk
Zip Code: IP3 9RR
Country: UK
 
Record
SN00873860-W 20050820/050818212722 (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.