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 -- 12-Month Lease, Sep 05-Sep 06, of 6 Mid-size Sedans in Honolulu, Hawaii

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
 
ZIP Code
96816-4495
 
Solicitation Number
W91PZG-5221-2401
 
Response Due
9/9/2005
 
Archive Date
11/8/2005
 
Point of Contact
Tom Madeira, (808) 733-4315
 
E-Mail Address
USPFO for Hawaii
(tom.madeira@hi.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for lease of 6 (six) mid-size sedans for 12 (twelve) months for Hawaii Army National Guard Recruiters, located at 3949 Diamond Head Road, Honolulu, Hawaii. 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 solicitatio n will not be issued. This solicitation is issued as a request for quotations under W91PZG-5221-2401. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, 27 July 2005. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This RFQ is set aside for small business participation; the NAICS code and applicable size standard is 532112 and $21.5 million. This procurement utilizes the cascading set-aside pref erence for small business awards without consideration of large business offers received where two or more competitive offers are received from qualified small business c oncerns. Vehicle requirements are: mid-size sedans, 4-door, automatic transmission, air conditioning, and unlimited mileage. Price must include delivery to and pick up from Joint Forces Headquarters, Hawaii (National Guard) (JFHQ-HI), 3949 Diamond Head Road, Honolulu, HI 96816. The anticipated period of performance is 15 Sep 05 through 14 Sep 05. The Government intends to issue a Firm-Fixed Price contract for the following items: CLIN 0001 Six (6) Mid-Size Sedans (i.e., Ford Taurus, Chevrolet Impala, or Oldsmobile Aleros) (Brand Name or Equal), Qty 12 months. Performance work statement: 1.1 SCOPE OF WORK. Lease 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. The contractor shall provide d elivery and pick-up from the customer location at the onset and expiration of the lease period. 1.2 POINTS OF CONTACT. The contractor shall provide points of contact (POCs) within the company to interface with the contracting representative on issues co ncerning 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 discrepancy creates a safety hazard. 2.1.2 Accident repairs. Repairs required as a result of collision; regardless of whether the object collided 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 maintenance. Maintenance that is not scheduled but is required to corr ect 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 responsibl e for correcting proble ms. 3.1.2 Fuel. The Government is responsible for supplying the fuel used in the lease 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 ordered under this con tract 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. The contractor will provide insurance IAW FAR 52.228-8 L iability 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 Mainten ance. 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, headl amps, filters, fluids, and lubricants. The contractor is responsible for pick up of vehicles from JFHQ-HI for both scheduled and unscheduled maintenance, and return of vehicles to JFHQ-HI upon completion. The cost of parts and labor for maintenance on da mages 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 sha ll 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 place. 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 Lease Payments). The full text of provisions and clauses inco rporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil. 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 Proh ibition of Segregated Facilities; 52.222-26 Equal Opportunity; 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 Employ ment 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 Co ntractor Registration. FAR 52.208-4 Vehicle Lease Payments; FAR 52.208-5 Condition of Leased Vehicles; 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; and 52.228-8 Liability and Insurance Leased Motor Vehicles apply to this acquisition. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Imp lement 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, Alt ernate 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 Compliant. Centr al 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. Whet her 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 Services 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 completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this so licitation. 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. Responses/Offers are due by Noon (12:00 PM Hawaii Standard (Local) Time) on 9 September 2005. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All proposals must be faxed to (808) 733-4397, Attn: Tom Madeira, e-mailed to tom.madeira@hi.ngb.army.mil (subject: WX3LLP41961515), or mailed to O/USPFO for Hawaii, ATTN: Purchasing & Contracting Division, Honolulu, Hawaii 96816-4495. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA50/W91PZG-5221-2401/listing.html)
 
Place of Performance
Address: JFHQ-HI 3949 Diamond Head Road Honolulu HI
Zip Code: 96816-4495
Country: US
 
Record
SN00881176-F 20050828/050826213953 (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.