Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

23 -- ROTC Warrior Forge Leased Vehicles

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0025
 
Response Due
5/10/2007
 
Archive Date
7/9/2007
 
Small Business Set-Aside
N/A
 
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. Quote s are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0025 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070426. This requirement is UNRESTRICTED with a NAICS Code of 423110 and a corresponding size standard 100. The description of the commercial item is for Rental Vehicles, various makes and models, and reads as follows : CLIN 0001, Mini Van, Qty 1, 12 May- 18 Aug 07; CLIN 0002, Pick Up Trucks (? ton), Qty 6, 12 May-18 Aug 07; CLIN 0003, 12-15 Pax Vans, Qty 3, 14 May -13 Aug 07; CLIN 0004, Mini Vans, Qty 4, 15 May-13 Aug 07; CLIN 0005, 12-15 Pax Vans, Qty 6, 15 May-13 Aug 07; CLIN 0006, Cargo Van, Qty 1, 15 May-13 Aug 07; CLIN 0007, Cargo Van, Qty 1, 15 May-18 Aug 07; CLIN 0008, Pick Up Trucks (? ton), Qty 2, 16 May-12 Aug 07; CLIN 0009, Pick Up Trucks (? ton), Qty 2, 16 May-13 Aug 07; CLIN 0010, 12-15 Pax Van, Qty 1, 17 May-13 Aug 07; CLIN 0011, 12-15 Pax Vans, Qty 2, 18 May-13 Aug 07; CLIN 0012, Cargo Van, Qty 1, 18 May-13Aug 07; CLIN 0013, Pick Up Trucks (? ton), Qty 10, 22 May-13 Aug 07; CLIN 0014, 12-15 Pax Vans, Qty 3, 25 May-13 July 07; CLIN 0015, 12-15 Pax Vans, Qt y 3, 25 May-23 July 07; CLIN 0016, 12-15 Pax Vans, Qty 3, 26 May-12 Aug 07; CLIN 0017, 12-15 Pax Vans, Qty 2, 27 May-25 Jul 07; CLIN 0018, 12-15 Pax Vans, Qty 4, 27 May-13 Aug 07. Vehicles not required by the Government for the entire Period of Performance may be returned to the vendor with 3 days notice and lease invoice finalized at that time. Delivery time shall be no later than each CLIN Date. Delivery to DOL Installation Transportation Division, Transportation Motor Pool (TMP) Fort Lewis, WA 98433-9500 . Acceptance will be at the destination. FOB point is destination. Payment will be by Government Purchase Card. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a res ponsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the f orms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order will be issued using a SF 1449. A contract will be in existence once both the quoter and the Contracting Officer have signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in w hich paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar cor responding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. Click on Requests for Quotes, then click on  Local Clauses. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice . Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i) until all identification badges have been accounted for. Addendum to Clauses 52.11 1-4131 and 52.111-4132 reads as follows: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the ide ntification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 9560 SW Nimbus Avenue, Beaver ton, Oregon 97008, Office: 503-924-5319, Fax: 503-924-5320, Karne Schneider, Program Director, Cell: 503-314-1404, kschneider@eidpassport.com If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. Quoters are required to submit completed copies of the provisions at FAR 52.2 12-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, a pplies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-36. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or E xecutive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7021, 252.243-7002, 252.247-7023 and 252.247-7024. FAR clauses 52.208-4, 208-5, 208-6 and 208-7 apply. The provision at DFARS 252.209-7001 applies. DFARS clause 252.232-7010 applies. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due on May 10, 2007 at 10:00:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, pr oviding the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Barbara Kinnear, barbara.kinnear@us.army.mil. For information, contact Ms. Kinnear at 253-966-3474. Quoters must be registered in the Central Cont ractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc, and at Federal Business Opportun ities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01285965-W 20070504/070502225049 (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.