Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

W -- Rental Vehicles Dugway and Toole Utah

Notice Date
5/18/2007
 
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
W9115U-07-T-0025
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
Rental Vehicle combined synopsis/solicitation W9115U-07-T-0025 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 be ing 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 2005-17. The SIC is 7514. The NAICS code is 532111. This solicitation serves as the Request for Quotation for rental vehicles in the Dugway Proving Ground, Toole, UT area. Vehicles will be picked up at the Salt Lake City Airport. CLIN items are as follows: CLIN 0010: Seven (7) each, 15 Passenger vans from 08-July-2007-4-Aug ust-2007. CLIN 0011: One (1) each Compact Car from 08-July-2007-10-August-2007. CLIN 0012: Four (4) each Compact Cars from 08-July-2007-04 August-2007. CLIN 0013: Six (6) each pick-up trucks extended cab diesel engines from 25-June-2007-09-August-2007. CLI N 0014: Five (5) each pick-up trucks extended cab diesel engine from 09-July-2007-04-August-2007. CLIN 0015 One (1) each pick-up truck extended cab diesel engine from 15 July-2007 09-August-2007. Vehicles supplied shall be in good operational condition an d 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 re placement vehicles and roadside services within 24 hours of notification. Replacement vehicles if required shall be of equal and/or better quality than the initial vehicle at no additional cost to the Government. Coordination of vehicle replacements or oth er services shall be 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 Conditions-Com mercial 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 honored. I f 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 responding 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. Quotations shall consist of daily, weekly, and monthly rates break outs. Award will be based on the best value t o 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, ap plies 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 Worker s 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 1200 Hours CST, 1 June 20 07. POC is Kevin Stovall at (254) 288-9280. Email quotes to aca.atec@us.army.mil. Anticipated award date is 4 June 2007.
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN01298342-W 20070520/070518221551 (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.