Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

23 -- SURVEILLANCE LEASE VEHICLES

Notice Date
1/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N40085-06-R-1173
 
Response Due
1/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Officer in Charge requires all labor, supervision, tools, materials, equipment, transportation, and management necessary to supply various specified vehicles for lease. Vehicles shall be delivered to Regional Fleet Inventory Manager, Naval Facilities Engineering Command, Mid-Atlantic, Base Support Vehicles & Equipment (PW721), Norfolk, Virginia, Mr. Ed Fisher, 757-444-0914. The work identified to be provided by means of FIRM-FIXED PRICE type contract. The contract term shall be for a period of one year, with one 12-month option periods available, not to exceed 24 months. (ii) Solicitation Number N40085-06-R-1173 is issued as Request for Proposal (RFP). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 change November 14, 2005. (iv) This synopsis/solicitation is set-aside for small business concerns. The North American Industry Classification System (NAICS) is 532112. Small business size standard is $21,500,000.00. (v) Contract Line item numbers and items, quantities and units of measure, and options. A0001 Chevrolet Impala Qty 1 Base year A0002 Sport Utility Vehicle Qty 26 Base year B0001 Chevrolet Impala Qty 1 Option 1 B0002 Sport Utility Vehicle Qty 26 Option 1 (vi) Items required: 1. A0001 CHEVROLET IMPALA IMPALA Police Package Unique VIN conversion option, 100 amp main power supply, ignition wiring, certified analog 4 gauge cluster instrumentation, delete OnStar, radio suppression package, ship thru Kerr Industries, tire pressure monitor, headlamp flasher wiring provisions, auxiliary ground stud, 150 amp alternator, heavy duty 4 wheel drive disc antilock brakes, HD engine/power steering auxiliary cooling system, HD transmission auxiliary cooling system, heavy duty police suspension. Engine: 3.9L 2900 V6 SFI Transmission: Electronic 4 speed automatic with overdrive Tires: P225/60R16 BW AL3 Wheels: 16 inch heavy duty steel Front Bucket seats: 6 way power driver seat adjuster, 6 way power passenger seat adjuster (includes high density foam, security panel, no console between seats and reclining seatbacks), Cloth seat trim front seats only. Rear bench seat: Vinyl trim (includes vinyl high density foam rear seat cushion, seatback and trim). Radio: ETR AM/FM stereo with CD player. 4 roof wires (right of centerline roof hole), driver side spotlamp Exterior color: White Interior color: Black 2. A0002 SUV SPORT UTILITY VEHICLE Engine: 4.0L 2V V6 Transmission: 5 speed automatic 3.55 axle ratio GVWR: 6,280 lbs minimum Tires: P235/70Rx16 AS BSW Wheels: 16 inch styled steel 4 wheel anti-locking braking system Seats: Front cloth bucket (includes 2 way adjustable head restrains, manual driver lumbar and manual recline). Rear cloth bench seat 60/40 split with 3 adjustable rear head restraints. Radio: AM/FM stereo with single CD player Exterior color: white Interior color: gray ADDITIONAL REQUIREMENTS: Vehicles are to be delivered within 60 days of award. FOB: Destination. All vehicles will be delivered to: Regional Fleet Inventory Manager, Naval Facilities Engineering Command, Mid-Atlantic, Base Support Vehicles & Equipment (PW721), Norfolk, Virginia, Mr. Ed. Fisher, 757-444-0914. The Government shall accept or reject the vehicle within two (2) workdays after receipt. If the receiving activity determines that any vehicle furnished is not in compliance with the contract, the Contractor shall be notified within two (2) working days in writing by the receiving activity, with a copy to the activity that authorized the lease of the vehicle(s). If the Contractor fails to replace the vehicle or correct the defects, the Government may (a) By contract or otherwise correct the defect or arrange for the lease of a similar vehicle and shall charge or offset against the Contractor any excess costs occasioned thereby, or (b) Government may terminate the contract under the default clause. Unlimited mileage. All vehicles will be unlimited mileage. There will be no additional changes for a maximum number of miles. Damage claim procedures: If the vehicle is damaged beyond repair, or not recovered within 30 days after the date of the theft, the Contractor will be reimbursed the residual value of the vehicle based on the average of the wholesale and retail price as listed in the current monthly edition of the NADA used car book at the time of the theft/accident in full satisfaction of any and all liabilities under this contract, provided that the Government liability to pay the monthly cost shall cease as of the time of the accident/theft. The accrued lease cost for the month in which the accident/theft occurs shall be determined on a pro rata basis for such month. The Contractor shall provide the activity documentation relating to all monies received from the salvage or other disposition of such vehicles and this cost shall be deducted from the total cost that the Government shall owe the Contractor as figured above. Loss Damage Waiver. The Contractor agrees that the Government and/or its employees will not be responsible for any damages to the rental vehicle/equipment during the term of the lease. All risk of loss remains with the Contractor during the rental term. (vii) 52.212-1, Instructions to Offerors ? Commercial Items (JUL 2003) is incorporated herewith by reference, except for tailoring below: (j) Data Universal Numbering System (DUNS) Number. (Applied to offers exceeding $25,000.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? followed by the DUNS number that identifies the offeror?s name and address. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet to obtain one at no charge. An offeror within the United States may call 1-800-333-0505. The offeror may obtain more information regarding the DUNS number, including locations of local Dun and Bradstreet information Services offerors located outside the United States, from the Internet home page at http://customerservice@dnb.com. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@mail.dnb.com. (k) The Government contemplates award of a Firm-Fixed Price type contract with fixed unit prices resulting from this solicitation. (l) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Included by reference in full as in the clause. (m) 52.233-2 SERVICE OF PROTEST (AUG 1996) a. Protests, as defined in section 33-101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer, Ms. Veronica Squires, by obtaining written and dated acknowledgement of receipt from Commander, NAVFAC Mid-Atlantic, AQ-12, 9742 Maryland Ave., Bldg Z-140 3rd floor, Contracts Office, Norfolk, Virginia 23511-3905. b. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Clause) (viii) FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999) is incorporated herewith in full text, including the tailoring added below: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the lowest price technically acceptable. To be technically acceptable, the offeror must meet the requirements of the statement of work and must have an acceptable record of past performance. (b) Option(s). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Clause) (ix) FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (JUN 2003) is applicable. Offerors are advised to include a completed copy of 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offer. (x) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2002) is incorporated herewith by reference, except for any tailoring identified below: (a) Inspection/Acceptance. The Government and the Contractor shall perform a joint inspection of delivered vehicles at the time of delivery to ensure the Government is not held liable for damages that may have occurred during shipping. The Government shall accept or reject the vehicle within two (2) workdays after receipt. Any vehicle not in compliance with the contract is required to replaced by the contractor, or defects are to be corrected. (b) 52.208-5 -- Condition of Leased Vehicles (Apr 1984) Included by reference in full as in the clause. (c) Invoice. The Contractor shall submit a proper monthly invoice (or electronic invoice) to the address designated in the contract. An invoice must include ? Name and address of Contractor;, Invoice number; Invoice date; Contract number, contract line item number and, if applicable, the order number; Description, quantity, unit of measure, unit price and extended price of the items delivered; Date vehicle was delivered and put in service; Terms of any prompt payment discount offered; Name and address of official to whom payment is to be sent; and Name, title, and phone number of person to be notified in event of defective invoice. (d) Payment. 52.208-4 -- Vehicle Lease Payments (Apr 1984) Included by reference in full as in the clause (e) Vehicles damaged as a result of an Act of God: (i.e.) hail storm, floods, etc., shall be repaired and paid for by the Government activity leasing the vehicle(s). (f) Taxes. In the event any vehicle leased as a result of this solicitation is delivered for operation in any state, territory, or jurisdiction other than the state, territory, or jurisdiction in which the vehicle was initially delivered, or should the Government request that the vehicle be registered, titled, or tagged in any state, territory, or jurisdiction and such change of domicile and/or registration, titling, or tagging causes any net additional taxes or fees to be imposed against the lessor of the vehicles, the LESSOR shall pay the taxes and fees. Upon lessor paying the fees, they will then issue an invoice, in the next billing cycle of said vehicles, in a separate item noted on the billing that clearly denotes the fees and taxes paid, along with a copy of the receipt of payment. Government agrees to reimburse the lessor in full for such additional taxes or fees. (g) Termination for the Government?s convenience. Included by reference in full as in the clause. (h) Termination for cause. Included by reference in full as in the clause. (i) Warranty. The warranty provisions are to be the manufacturers' standard warranty for new vehicles as set forth in the Federal Vehicle Standards, under Warranty Coverage. The Contractor shall provide a suitable replacement for any vehicles having major warranty problems/repairs (i.e., problems which interfere with daily operation of the vehicle pursuant to the manufacturer?s catalogs, specifications, manuals and promotional materials), as well as any single or series of problems which fall within the category of state consumer and ?Lemon Laws? similar to the ?Lemon Laws? in California. Replacement vehicles will be provided by the Contractor upon request, at no additional cost to the Government, in seventy-two (72) hours after notification by the activity to the Contractor that the vehicle is out of service. The intent of this replacement provision is to provide a temporary replacement vehicle while repairs are being made under warranty. This temporary replacement provision only applies to CONUS activities. If a vehicle is required to be replaced in lieu of repaired, then the Contractor shall be responsible for all shipping costs involved for the delivery and return of vehicles to the using activity, including foreign users. (j) 52.208-6 --Marking of Leased Vehicles (Apr 1984) The Government may place nonpermanent markings or decals, identifying the using agency, on each side, and on the front and rear bumpers, of any motor vehicle leased under this contract. The Government shall use markings or decals that are removable without damage to the vehicle. The Contractor may use placards for temporary identification of vehicles except that the placards may not contain any references to the Contractor that may be construed as advertising or endorsement by the Government of the Contractor. (k) 52.208-7 -- Tagging of Leased Vehicles (May 1986). While it is the intent that vehicles leased under this contract will operate on Federal tags, the Government reserves the right to utilize State tags if necessary to accomplish its mission. Should State tags be required, the Contractor shall furnish the Government documentation necessary to allow acquisition of such tags. Federal tags are the responsibility of the Government. (l) 52.217-8 ? Option to Extend Services (Nov 1999). The government may require continued performance of any services within the limits and at the rates specified in the contract. (m) 5252.217-9301 ? Option to Extend the Term of the Contract ? Services (JUN 1994) The Government may extend the term of this contract for a term of one (1) to twelve (12) months by written notice to the Contractor within the performance period specified in the schedule; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (n) 52.228-8 - Liability and Insurance -- Leased Motor Vehicles (May 1999 Included by reference in full as in the clause (xi) 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (SEPT 2005) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3 (3) 52.233-4. The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items (5) (i) 52.219-6 (14) 52.222-3 (15) 52.222-19 (16) 52.222-21 (17) 52.222-26 (18) 52.222-35 (19) 52.222-36 (20) 52.222-37 (23) 52.225-1(24) (31) 52.232-33. The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41 (2) 52.222-42 (3) 52.222-43. 52.219-8, Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637(d)(2) and (3), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (2) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). NOTICE TO ALL BIDDERS ? PROPOSAL DELIVERY: For FedEx, UPS, or other delivery services, please utilize 9324 Virginia Avenue, Building Z-140, Room 320 for delivery. Proposals mailed utilizing the U. S. Postal Service should be addressed to 9742 Maryland Avenue, Norfolk, VA 23511-3095 for delivery. All other hand-carried proposals will be received at 9324 Virginia Avenue, Building Z-140, Room 320, prior to 1400 on January 30, 2006. Proposals may be submitted via email to the following email address: deborah.abell@navy.mil and must be received by January 30, 2006. Due to increased security at all military installations, contractors who do not currently have a valid Contractor?s ID and Vehicle Decal issued by the Department of Defense (DoD), must allow sufficient time to obtain a one-day pass to permit entry to the base. In accordance with Naval Station security regulations all prospective visitors and contractor personnel are hereby notified that in order to obtain a one-day visitor?s pass the person must present their driver?s license and vehicle registration and/or rental car contract. Contractor personnel planning to hand-carry their proposal on January 27, 2006, who do not have a valid Contractor?s ID and DoD decal on their vehicle, must submit a written request, fax a memorandum/letter or send an e-mail requesting a one-day pass to access the Naval Station. The written request shall include the company?s name, complete address, point of contact, phone number, fax number, e-mail address and the full legal name of the representative delivering the proposal. The request shall be sent to: Deborah Abell, Contract Specialist, via fax to (757) 322-4611 or email information to deborah.abell@navy.mil four business days prior to the proposal due date. Personnel and vehicle one-day pass must be obtained at the Norfolk Naval Station Pass Office located on Hampton Blvd. Across from Gate #5. It is imperative that all potential proposers adhere to this notice in order to avoid delay in submitting your proposal. Also, be advised by this notice that the level of security at the Norfolk Naval Station may change at any time. As the level of security heightens, the amount of time required to gain access to the Naval Station also increases. All inquiries concerning any phase of the specification, prior to proposal due date shall be made to the Naval Facilities Engineering Command, Mid-Atlantic, FSC Contracts, Contract Specialist Deborah Abell, Building Z-140-3, Room 320, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095, Telephone (757) 322-4163 or 322-4597.
 
Place of Performance
Address: Naval Facilities Engineering Command, Mid-Atlantic, Regional Fleet Inventory Manager, Base Support Vehicles & Equipment (PW721), Norfolk, Virginia,
Zip Code: 23511
Country: USA
 
Record
SN00968349-W 20060120/060118212553 (fbodaily.com)
 
Source
FedBizOpps 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.