Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

V -- Rental Vehicles for Dugway Proving,UT

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U06T0044
 
Response Due
7/21/2006
 
Archive Date
9/19/2006
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The SIC is 7514. The NAICS code is 532111. This solicit ation serves as the Request for Quotation for rental vehicles in the Dugway Proving Ground, Tooele, UT area. Vehicles will be picked up at the Salt Lake City Airport. CLIN items are as follows: CLIN 0001: One each, 4X4 Extended Cab Pickup Truck from 01-A ugust-2006-31-October-06. CLIN 0002: One each 4X4 Sport Utility Vechicle from 01-August-2006-31-October-2006. CLIN 0003: One each 4X4 Sport Utility Vehicle from 08-August-2006-31 October-2006. CLIN 0004: Two each 4x4 Sport Utility Vehicles from 14-August-2 006-31-October-2006. CLIN 0005: Seven each 15 Passenger Vans from 14-August-31-October-2006. Vehicles supplied shall be in good operational condition and shall be of a vintage no older than 24 months and no more than 36,000 miles. Vehicles must be properly registered for use in the State of Utah and have current state safety inspections for the State of Utah if required. Vendor shall be able to provide replacement vehicles and roadside services within 24 hours of notification. Coordination of vehicle replac ements or other services will accomplished at Toole and/or Dugway Proving Ground. Vendors shall provide a separate quote for off road insurance costs. Provisions at FAR 52.212-1, Instructions to Offers-Commercial and FAR 52.212-4, Contract Terms and Condi tions-Commercial Items apply to this acquisition. If your company/parent company takes part in the U.S. Government Car Rental Agreement Number 3 managed by the Military Surface Deployment and Distribution Command (SDDC), state if this agreement will be ho nored. If your company/parent company does not take part in the Agreement, provide in detail the collision and damage coverage of each vehicle. Inclusion of such coverage will be considered when evaluating the best value to the Government. When respondi ng with a quote, include whether or not your quote includes such a waiver. Quotes shall include all state and local taxes, fees, etc that are applicable. Award will be based on the best value to the Government, which includes rental rates, mileage, waivers , etc. The Government reserves the right to shift rental dates and/or cancel completely. Payment shall be based on usage only. Offerors need to include a complete copy of the provisions at FAR 52.212-3, Offeror wishing to submit a quotation are required to be (registered in CCR, DUNS Number, Cage Code, and Tax ID Number). The clause at 52.212-5, Contract Terms and Conditions required to implement Statues of Executive Orders-Commercial Items, applies to this acquisition, clauses include: 52.222-19: Child Labor, 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, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33: Payment by Electronic Funds Transfer-Central Contractor Registration. All responsible sources may submit a proposal, which shall be considered. Offers are due before 1600 Hours CST, 21 July 2006. POC is Kevin Stovall at (254) 288-9280 or kevin.stovall@otc.army.mil or fax (254) 288-2260. Anticipated award date is 25 July 2006.
 
Place of Performance
Address: US Army Operational Test Command ATTN: CSTE-CA Dugway UT
Zip Code: 84022
Country: US
 
Record
SN01087552-W 20060714/060712221157 (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.