Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
MODIFICATION

W -- 2007 Cadillac DTS Luxury 2

Notice Date
5/25/2007
 
Notice Type
Modification
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
33621-5000
 
Solicitation Number
F2VVHC7116A100
 
Response Due
5/29/2007
 
Archive Date
6/13/2007
 
Point of Contact
Scott Gebhardt, Contract Specialist, Phone 813-828-7458, Fax 813-828-6156,
 
E-Mail Address
scott.gebhardt1@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
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, and is 100% set-aside for small business. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VVHC7116A100. The 6th Contracting Squadron, MacDill AFB, Tampa, Florida, requires the following items: Lease (for one year plus two one-year option periods) 2007 Cadillac DTS Luxury 2 sedan shipping to MacDill AFB, FL 33621. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 effective 22 Mar 2007, DFAR DCN 20070426, and AFFAR AFAC 20070314. The North American Industry Classification System (NAICS) is 532112. The Standard Industrial Classification (SIC) is 7515 with a small business size standard of $23.5 million. A firm fixed price contract will be awarded. All intrested parties must bid on all items (base year and two one-year option periods). DESCRIPTION: Black in color, 6000 GVW, 15,000 miles per year, Federal Emissions, Front License Plate Bracket, 17 Aluminum, Chrome Wheel, Sun And Sound Package, 6 Disc Cd Changer, Mp3 Player, Memory Seating With Vehicle Personalization, Power, Heated Outside Mirrors With Turn Signals, Ultrasonic Parking Assist, Stabilitrak, Adaptive Remote Start. Additional specifications required due to the height of end user, the following minimum space is required: 31.4 inches of head room, 55.7 inches of hip room, and 42 inches of leg room. This requirement is for only ONE vehicle. The vehicle registration tags must be Florida tags with the ability to renew the registration and tags through the installation?s transportation office. ?Or equal? items will be accepted after technical compliance with DoD 4500.36R is verified. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or <http://safaq.hq.af.mil/contracting>): FAR 52.204-7, Central Contractor Registration, FAR 52.208-4 -- Vehicle Lease Payments, FAR 52.208-5 -- Condition of Leased Vehicles, FAR 52.208-6 -- Marking of Leased Vehicles, FAR 52.208-7 -- Tagging of Leased Vehicles, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 30 May 2007, 4:00 P.M. Eastern Standard Time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Scott Gebhardt, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Offers shall also be accepted via email or fax. Email: Scott.gebhardt1@macdill.af.mil. Fax: 813-828-6156. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/6CS/F2VVHC7116A100/listing.html)
 
Place of Performance
Address: 2606 brown pelican, Tampa
Zip Code: 33621-5000
Country: UNITED STATES
 
Record
SN01303966-F 20070527/070525224515 (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.