Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

V -- Rental of vehicles, Arden Hills, MN for the period 6 Sep 05 through 4 Nov 05.

Notice Date
8/26/2005
 
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-0079
 
Response Due
8/30/2005
 
Archive Date
10/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for rental of intermediate size sedans for the period 6 Sep 05 through 4 Nov 05 for personnel located at 4655 North Lexington Ave, Arden Hills, MN 55126. 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 solicitation WILL NOT be issued. This solicitation is issued as a request for quotations under W911SA-05-T-0079. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This RFQ is set aside for small busine ss participation; the NAICS code and applicable size standard is 532111 and $21.5 million. A fixed price contract is anticipated for 1 line item. CLIN 0001, Quantity 15 each, intermediate size sedans, 4-door, automatic transmission, air conditioning, and unlimited mileage. Price must include delivery to and pick up from 1st Bn, 340 Regt, 4655 North Lexington Ave, Arden Hills, MN 55126. Period of performance is 6 Sep 05 through 4 Nov 05. Performance work statement: 1.1 SCOPE OF WORK. Rental of vehicles with unlimited mileage allowance. The vehicles will be used to transport personnel. The contractor shall provide safe, operable vehicles and services in accordance with this contract. T he contractor shall provide delivery and pick-up from the customer location 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 contracti ng representative on issues concerning leased vehicles. The Contractor shall provide the names, business address, function (e.g., contract manager, accounts receivable, etc.), phone numbers, normal hours of operations, and the method to contact to the con tract 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 coll ided with a vehicle, or whether the vehicle requiring repairs was the moving unit. 2.1.3 Criminal act. A violation 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 mainte nance. Maintenance that is not scheduled but is required to correct deficiencies 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. The 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 condition. Vehicles will be delivered within the time frame order ed 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 penalty. 4.1.1 Insurance. Th e 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 t he 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 Maintenance. 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, manufacturer recalls, and all other functions necessary to maintain vehicles in good operational condition. Parts include those items that must be replaced due to fair w ear and tear such as windshield wipers, tires, headlamps, filters, fluids, and lubricants. The contractor is responsible for pick up of vehicles from Arden Hills for both scheduled and unscheduled maintenance, and return of vehicles to Arden Hills upon co mpletion. The cost of parts and labor for maintenance 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 respond 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 maintenance 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 pla ce. 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 Lea se Payments). The full text of provisions and clauses 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 following provisions and clauses are applicable: 52.212-1 Instructions to Offerors-Commercial (no addenda); 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items (no addenda); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 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; 52.222-26 Equal Oppo rtunity; 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 Reports 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 Payments; FAR 52.208-5 Condition of Leased Vehicl es; FAR 52.208-6 Marking of Leased Vehicles; 52.208-7 Tagging of Leased Vehicles; 52.217-6 Option To Extend Services  the Contracting Officer may exercise the option by written notice to the Contractor within 5 days prior to expiration of the contract; an d 52.228-8 Liability and Insurance Leased Motor Vehicles apply to this acquisition. DFARS Clause 252.212-7001 Contract Terms and Conditions Re quired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses 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 Compl iant. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds 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 provider 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 NAIC S 532111 in the Goods Services section, the Contracting Officer will proceed to award to the next otherwise successful registered 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 compl eted 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 practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance ad dresses; discount terms; unit price and extended total price; DUNS number; and taxpayer identification number. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 CST on 30 Aug 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
SN00880679-W 20050828/050826212628 (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.