Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2006 FBO #1782
MODIFICATION

W -- Vehicle Lease

Notice Date
10/11/2006
 
Notice Type
Modification
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, GU, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA524007R0001G
 
Response Due
10/13/2006
 
Archive Date
10/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Please contact SSgt Hanika Torio at hanika.torio@andersen.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the solicitation only. Proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 20060814. This solicitation is set-aside for small businesses. The North American Industry Classification System Code (NAICS) is 532111, size standard $23,500,000. The government is requesting proposals for the lease of vehicles per the statement of work listed as a part of the combined synopsis/solicitation. The contractor shall provide the following vehicles for the period of 20 October 2006 through 19 October 2007. All vehicles must be delivered by October 20, 2006. The intent is to enter into a contract for the period specified (20 October 2006 through 19 October 2007), however, there is no guarantee that a need for all vehicles will exist for the entire duration. Should a vehicle or all vehicles no longer be required it/they may be returned to the contractor with no penalty or cost for early government turn in. The type and quantity of vehicles are as follows: CLIN 0001 - (9) 15 passenger Vans; CLIN 0002 - (14) 7 passenger Mini vans; CLIN 0003 - (15) 5 passenger SUVs; CLIN 0004 - (4) Sedans mid size; CLIN 0005 - (7) Sedans econo class; CLIN 0006 - (20) 3 passenger pick up trucks. The possibility exists that the Government requirement will decrease by half for the period of 1 Feb 2007 through 19 October 2007; quantities and vehicle types will be determined at a later date. Prices in the proposal must be inclusive of all fees applicable to the rental/lease of the vehicle to include insurance. Vehicles shall be 2004 model year or newer and shall be delivered with a full tank of fuel. Rental/lease of vehicles includes unlimited mileage while in the possession of the government as well as all maintenance in accordance with the manufacturer scheduled maintenance plan including oil changes and tire rotation. The contractor is responsible for replacing any vehicle that will be unavailable for more than 24 hours for any reason to include maintenance/repair. Contractor shall provide a 24-hour point of contact listing names and telephone numbers for individuals to call in the event that emergency service is required for any item listed above. The contractor shall respond to all emergency calls within one (1) hour from the time the call is placed. The Contractor shall deliver/pick-up the vehicles to/from the following location: Building 25024 Tropicana Center Andersen AFB, Guam. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition; only the following FAR clauses in paragraph (b) of 52.212-5 are applicable: 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 Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and 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 Transfer-Central Contractor Registration; 52.233-3, Protest After Award applies to this acquisition; 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). The following provisions and clauses also apply; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, but only the following clauses in paragraph (b) of clause apply: 252.232-7003 Electronic Submission of Payment Requests. The following clause is incorporated in full text 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) - ADDENDUM 52-212-2(a) is hereby tailored as follows: (a) The Government will award a Firm, Fixed Price commercial contract resulting from this solicitation to the lowest priced, technically acceptable (LPTA) responsible offeror whose offer conforms to the solicitation. The Government intends to evaluate offers and award a contract without discussions with offerors. Offerors are required to submit a technical proposal and a price proposal according to the factors set forth under this provision. The following factors shall be used to evaluate offers: FACTOR 1 ? TECHNICAL CAPABILITY FACTOR 2 ? PRICE FACTOR 1: TECHNICAL CAPABILITY To be considered for award, an offeror?s technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must provide the requested services within the timeframe established and per the statement of work in the solicitation and all information and/or requirements listed. Failure to submit any of the listed requirements will result in the offeror?s technical proposal being determined technically unacceptable. The standard is met when: ? The offeror provides a brief, descriptive statement indicating the offeror?s credentials to deliver the services sought and within the time established under this RFP. ? The offeror provides a brief description of how long the offeror has been performing the services required by this RFP and include the number of years in business. ? The offeror provides a brief description of the organizations number of employees, client base, and location of offices. ? The offeror provides the below information for one (1) relevant and recent government or commercial contracts. See below for description of recent and relevant. Company Name Project Title Contracting Agency Contract Number A Brief Description of the Contract Effort Type of Contract Period of Performance Original Contract value ($) and current value ($) Point of Contact Name, Address, Telephone Number, and Fax Number 1. RECENT. For a contract to be considered recent, the contract must be performed or completed within the last three years (October 2003 through the current date). 2. RELEVANT. A government or commercial contract in which the contractor *satisfactorily* performs vehicle leasing services similar to those identified in the statement of work. *Satisfactory performance will be determined by the acquiring activity for the referenced contract FACTOR 2: PRICE Only price proposals submitted by offerors whose technical proposals are determined to be technically acceptable will be considered for evaluation. Award will be made to the lowest price, technically acceptable, responsible offeror. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 15.404-1(b) to determine price reasonableness. Any inconsistencies (whether real or apparent) in price must be clearly justified. For example, if unique and innovative approaches are the basis for an abnormally low proposed price, the nature of these approaches and their impact to the proposed price must be completely documented. The burden of proof for cost credibility rests solely with the offeror. The following evaluation criteria shall apply: COMPLETENESS: Price will be considered complete when the offeror has proposed firm fixed prices for CLINS 0001 through 0006. Offers for partial quantities will not be considered for award. Price will be evaluated to determine whether the offeror provided sufficient data as required by the solicitation and/or Contracting Officer during the evaluation. REALISM: Prices will be evaluated to determine if they are unrealistically high or low in comparison to the Independent Government Cost Estimate and other offers received. REASONABLENESS: Prices will be determined reasonable by competition and balance. Offerors are cautioned against submitting a materially unbalanced offer. The Government will analyze offers to determine whether they are unbalanced with respect to prices or separate line items. Offers that are determined to be materially unbalanced may be rejected. An offer is mathematically unbalanced if it is based on prices which are significantly less than the cost for some contract line items and significantly overstated in relation to cost for others. An offer is materially unbalanced if it is mathematically unbalanced, and if: There is reasonable doubt that the offer would result in the lowest overall cost to the Government, even though it is the lowest evaluated offer; or The offer is so grossly unbalanced that its acceptance would be tantamount to allowing an advance payment. The Government may determine that an offer is unacceptable if the prices proposed are materially unbalanced. (b) Not used. (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) Proposals should reference RFQ No FA524007R0001. The POC for this acquisition is SSgt Hanika Torio, (671) 366-4686; Fax (671) 366-1103, hanika.torio@andersen.af.mil. Proposals may be mailed to 36th Contracting Squadron/LGCB, Attn: SSgt Hanika Torio, Bldg 17000 Unit 14040, Andersen AFB, Guam 96543. Oral proposals will not be accepted. Proposals must be received via fax, e-mail, or postal mail by 13 October 2006, 1:00 PM. FA5240-07-R-0001 Dated 04 Oct 2006 Page 1of 6 STATEMENT OF WORK PROVIDE LEASE VEHICLES IN SUPPORT OF BOMBER TANKER TASK FORCE Dated 04 Oct 2006 FA5240-07-R-0001 Dated 04 Oct 2006 Page 2of 6 Table of Contents SECTION 1 Description of Services SECTION 2 RESERVED SECTION 3 Government Furnished Property and/or Services SECTION 4 General Information SECTION 5 Appendixes FA5240-07-R-0001 Dated 24 Jan 06 Page 3 of 6 SECTION 1- DESCRIPTION OF SERVICES 1. NONPERSONAL SERVICES: The contractor shall provide all management tools, equipment, transportation, maintenance, supervision and labor necessary to provide all required services to support vehicle lease for Bomber, Tanker, Continuum Contingency rotation in accordance with this Statement of Work (SOW) and attached appendixes. These services shall be performed at the same levels as in the commercial marketplace to maximum extent possible. 1.1 TYPE OF SERVICE REQUIRED: The contractor shall perform the required rental vehicles as listed in Appendix A of this SOW and all supplemental instructions by the contracting officer. 2. RESERVED 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Not applicable. 4. GENERAL INFORMATION. 4.1 CONTRACT MANAGEMENT. All vehicles provided under this contract must be equal or greater quality than those proposed in offer (2004 and newer). Rates listed are inclusive of all fees applicable to the rental/lease of the vehicle to include insurance. Rental/lease of vehicles includes unlimited mileage while in the possession of the government as well as all maintenance in accordance with the manufacturer scheduled maintenance plan including oil changes and tire rotation. The contractor shall be responsible for replacing any vehicle that will be unavailable for more than 24 hours for any reason to include maintenance/repair. This contract is entered with the intent of a period NTE one year (12 months); however, there is no guarantee that a need for all vehicles will exist for the entire duration of one year. Should a vehicle or all vehicles no longer be required it/they may be returned to the contractor with no penalty or cost for early government turn in. 4.1.2 Vehicle Increase and Decrease. Any increase or decrease in the quantities of vehicles must be authorized by a contracting officer and shall be followed with modifications to the purchase order to reflect the change. Only a warranted contracting officer is authorized to increase or decrease the number of vehicles required, or make any work performed outside the scope of this contract unless prior approval is granted by a warranted contracting officer. 4.1.3. Emergency Point of Contact. Contractor shall provide a 24-hour point of contact listing names and telephone numbers for individuals to call in the even emergency service is required for any item listed above. The contractor shall respond to all emergency calls within one (1) hour from the time the call is placed. 4.2. HOURS OF OPERATION: The hours of operation for performing these services are identified in Appendix A. In the event the Base Commander requests a temporary shutdown of the jobsite, the contractor will be notified in writing by the contracting officer. Any government caused delays as a result of a temporary shutdown that may require an adjustment to the contract will be coordinated through the contracting officer. 4.3 SECURITY REQUIREMENTS. Contractor shall ensure each employee obtains required pass and identification items for access to the designated exercise location(s). The items will be issued by the designated Contracting Officer Representative (COR). Contractor and employees shall return all FA5240-07-R-0001 Dated 04 Oct 2006 Page 4 of 6 identification cards and/or passes to the designated COR upon final acceptance of all services required under this contract or upon termination, whichever occurs first. 4.3.1. Contractor shall provide a complete roster for all personnel (to include contract manager, alternate contract manager, and other key personnel for this requirement) to the designated COR no later than 3 days prior to the start of each start date. The roster must include name, address, and telephone number of each employee listed. Contractor shall maintain a current listing of employees, providing updates as changes occur. 6. APPENDIX A. Vehicle Specifications and other requirements APPENDIX A Vehicle Specifications and Other Requirements 1. Type/Specifications of Vehicles are of, and meet prescribed fuel economy standards a. Cargo Van e. Econ Class Car Load/passenger capacity: 2,200 lbs Load/passenger capacity: 4 pax Fuel type: Gas-fuel efficient Fuel type: Gas-fuel efficient Transmission: Automatic Transmission: Automatic Steering: Powered Steering: Powered Color: N/A Color: N/A Seat belts All seats Seat belts All seats Type of WD: 2WD Type of WD: 2WD Equipment: N/A Equipment: N/A b. Passenger Van f. Mid Size Class Load/passenger capacity: Minimum 12-15 pax Load/passenger capacity: 5 pax Fuel type: Gas-fuel efficient Fuel type: Gas-fuel efficient Transmission: Automatic Transmission: Automatic Steering: Powered Steering: Powered Color: N/A Color: N/A Seat belts All seats Seat belts All seats Type of WD: 2WD Type of WD: 2WD Equipment: N/A Equipment: N/A `` FA5240-07-R-0001 Dated 24 Jan 06 Page 5 of 6 c. Truck (3pax)/SUV (5-8pax) g. Full Size Load/passenger capacity: 1/2ton Load/passenger capacity: 5 pax Fuel type: Gas-fuel efficient Fuel type: Gas-fuel efficient Type of WD: 2WD Type of WD: 2WD Transmission: Auto Transmission: Auto Seat belts All seats Seat belts All seats Other Requirements: Towing pkg/pintall hook Other Requirements: N/A d. Minivan 7 pax h. Premium Class VIP 6 pax Load/passenger capacity Minimum ? ton Load/passenger capacity N/A Fuel type: Gas-fuel efficient Fuel type: Gas-fuel efficient Type of WD: 2WD Type of WD: 2WD Transmission: Auto Transmission: Auto Seat belts All seats Seat belts All seats Other Requirements: Towing pkg/pintall hook Other Requirements: N/A 2. Delivery/Pick-up Point. The Contractor shall deliver/pick-up the vehicles to/from the following locations. Delivery Point Pick-Up Point Building 18001 Parking Lot Building 18001 Parking Lot 3. The Contracting Officer Representative. The following individuals will schedule the Contractor?s performance. a. Information of the Contracting Officer Representative Primary 2Lt Mario J. Richardson DSN: 366-4231 Mario.Richardson@andersen.af.mil Alternate Mr. Johnny Crockett DSN: 366-4307 Johnny.Crockett@andersen.af.mil b. Contracting Officer Representative will not have the option to increase or decrease the quantity and /or adjust the time during the contract without penalty. If some or all of the vehicles are turned in early, the contractor shall only receive payment of the number of days that the vehicle(s) was used and not for the entire time. 4. The service shall include the following: a. Pick-up and delivery charges at BLDG 18001, Andersen AFB, Guam b. The Contractor shall provide 24-hour on call road service. c. The Contractor shall provide a replacement vehicle when a rental vehicle becomes inoperable through no fault or negligence of the Government, including pick-up of the inoperable vehicle and delivery of the replacement vehicle. FA5240-07-R-0001 Dated 04 Oct 2006 Page 6 of 6 5. Additional Charges (Accessorial Services) a. Fuel: The fuel tank of each vehicle shall be full upon delivery. The fuel tank of each vehicle shall be full when returned to the Contractor upon completion of the rental period. In the event of unfilled fuel tank of any vehicle, payment for fuel will be made to the Contractor for the amount of fuel that is lacking at the rate specified in this order. b. Non-Operation Charge. If the vehicle sustains minor damage (i.e. dents, scratches, etc.) that resulted from fault or negligence by the government; a non-operation charge shall be paid per vehicle. c. Non-Operation Charge. If a damaged vehicle, which resulted from fault and/or negligence of the Government, renders the vehicle inoperable, the Government shall return the inoperable vehicle to the contractor?s motor pool. The Contractor shall provide a replacement vehicle upon receipt of inoperable vehicle and the Government shall pay the Non-Operating Charge. d. Towing Charge. The actual cost of the towing service for inoperable vehicle to the Contractor?s motor pool of the designated location shall be paid by the contractor, even if the damaged to the vehicle is fault of the Government. As clarification on the solicitation, the government will be responsible for maintenance and repair costs beyond what we consider is fair wear and tear of the leased vehicles.
 
Place of Performance
Address: BLDG 17000 UNIT 14040, ANDERSEN AFB
Zip Code: 96543-5000
Country: GUAM
 
Record
SN01163957-W 20061013/061011220426 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.