Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOLICITATION NOTICE

W -- 15 Passenger Van Lease

Notice Date
3/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-07-T-0019
 
Response Due
3/28/2007
 
Archive Date
5/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. W911RZ-07-T-0019. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-15. The North American Industry Classification System Code (NAICS) for this acquisition is 532120 with a size standard of $23.5 million. The proposed contract is 100 percent set aside for small business. CONTRACT LINE ITEM N UMBER: 0001: Lease of FIFTEEN 15-Passenger vans, fifteen-passenger, Automatic transmission Chevy Express, Ford F-series or equivalent from an American manufacturer. QTY: 02 Months, UNIT PRICE: $______________, EXTENDED PRICE: $_________________, MFR/MODE L: ___________________________. Period of Performance: 01 April 2007 through 30 May 2007. If offering an equivalent model, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specifie d above. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. Required delivery is located a t 301 Tevis, St. Bldg 301 TMP Fort Carson CO 80913 no later than 12:00 am MDT 1200 01 April 2007. FOB is destination and the resulting contract will be a firm fixed price. PERFORMANCE WORK STATEMENT FOR LEASE OF FIFTEEN PASSENGER VANS. 1. DESCRIPTION OF SERVICES. 1.1. Scope of work. The contractor shall furnish all personnel, equipment, tools materials, supervision, transportation, labor and other services necessary to lease (15) 15-Passenger Vans for the Transportation Motor Pool (TMP) located at Fort C arson, Colorado. The lease term shall be 02 Months from the date of delivery from the contractor. Monthly rental cost shall include vehicle maintenance, licensing, permits, 24-hour road service and substitute vehicles. Mileage shall be included in the ren tal fee and is based on an estimated 12,000 miles per year. The contractor shall provide a replacement vehicle when the leased vehicle is in for maintenance for more than one calendar day. The contractor shall perform the necessary repairs and return the v ehicle to service within three working days of notification of maintenance requirement. The Contractor shall notify the customer if additional time is required. If the Contractor cannot repair the vehicle, he/she shall submit a written explanation, within 48 hours, to the customer of the problem, cause, and recommended solution. 1.2. Vehicle Chassis. The vehicle shall be from an American manufacturer. 1.3. Drive Train. The engine shall have an 8-cylinder, 5.4L or greater V8 and have alternative fuel capabil ity such as E-85 or CNG fuel. The transmission shall be automatic 6-speed with automatic overdrive or equivalent. 1.4. Vehicle requirements. 15 passengers (Van), forward facing seating configuration, Power Steering, Power Disk Brakes and ABS. 1.5. Maintena nce. The contractor shall perform maintenance and repairs as necessary on its furnished vehicles and equipment. These tasks shall include, but not be limited to: 1) verify malfunctions and perform a complete inspection using diagnostic test equipment when required, 2), determine if the malfunction is a result of suspected abuse, and if so, take proper, action, 3) maintain all assigned tire repair and servicing equipment in a safe operating condition, 4) ensure strict compliance with safety, 5) lube and oil changes, 6) repairing brakes, 7) adjusting and repairing steering system, 8) performing tune-ups, 9) repairing air conditioning and heating systems, 10) repairi ng suspension systems, 11) repairing/replacing exhaust system, 12) changing/repairing tires, 13) winterizing vehicles, 14) performing miscellaneous repairs on lights, doors, batteries, radiators, locks, etc., 15) performing bodywork and interior maintenanc e. 2. SERVICE DELIVERY SUMMARY (SDS): 2.1. Contractor shall perform maintenance and repairs as necessary on its furnished vehicles and equipment; paragraph 1.5; perform periodically. 2.2. Contractor shall provide a replacement vehicle when the leased vehic le is in for maintenance for more than one calendar day; paragraph 1.1; perform 100% of the time. 2.3. Contractor shall perform the necessary repairs and return the vehicle to service within three working days of notification of maintenance requirement; pa ragraph 1.1; perform100% of the time. 3. GENERAL INFORMATION. 3.1. Federal Holidays. The following is a list of Federal Holidays observed by this installation: New Years Day, Martin Luther King Jr. Birthday, Presidents Day, Memorial Day, Inauguration Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. 3.2. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. The contractor shall perform all services under this contract dur ing a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an autho rized government representative. 3.3. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractor's performance using periodic method of surveillance. 3.4. Warranties. The contractor shall warrant their le ased vehicles and provide a replacement vehicle when the leased vehicle is in for repair/maintenance in accordance with paragraph 1.1. 3.5. 4. INSPECTION. 4.1 The Contractor and the Government shall perform a joint inspection of each vehicle upon deliver y to the Government and return to the contractor, inspection shall include a written description of any existing damage before signing for receipt. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commer cial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this ac quisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will select the best overall of fer based on Price and descriptive literature. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to pr ovide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items applies to this acquisition and off eror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212- 4 applies to this acquisition are as follows: 52.204-9, 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.209-6, 52.211-6, 52.214-35, 52.219-6, 52.225-13, 52.228-8, 52 .233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252,232-7003, 252.232-7010, 52.253-1, 252.204-7006, 252.212-7001, 52.243-7001, 252.246-7000, 252.247-7023, ALT III, 52.212-5, Contract Terms and Conditions R equired to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to regis ter. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 7:00 P.M. Mountain Daylight Time (EDT) on 28 March 2007. Quotes can be mailed to Directorate of Contract ing 1676 Evans St. Bldg 1220 3rd Floor Fort Carson, Colorado, 80913-5198, faxed to (719) 526-6622 or e-mailed to richard.mizell1@us.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Richard Mizell, Contracting Officer, E-mailed to richard.mizell1@us.army.mil, all questions or inquires must be submitted in writing. POINT OF CONTACT: Richard Mizell, Contracting Officer Phone (719) 526-6619, Fax (719) 526-6622, E-mail: richard.mizell1@us.army.mil.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01260046-W 20070329/070327220858 (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.