Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

R -- United States Government Vehicle Insurance Services for Mexico

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
524126 — Direct Property and Casualty Insurance Carriers
 
Contracting Office
Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA, 400 7th Street SW MC-MBA, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTMC75-07-C-00023
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Department of Transportation, Federal Motor Carrier Safety Administration, intends to procure Government Vehicle Insurance Services meeting the specifications listed below. 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 being requested and a written solicitation will not be issued. All proposals must be submitted by July 20, 2007 1:00PM. All quotes and insurance coverage values must be in United States Dollars. Only those insurance agencies licensed and based in the United States may submit quotes. A list of vehicles to include ages and models of such are included in attachment 1. Complete documentation will be provided to vendor selected for award. The reference number for this procurement is DTMC75-07-C-00023. The document incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-16. This combined synopsis/solicitation is issued as a 100 % small business set-aside. The applicable NAICS code is 524126 with a corresponding size standard of 100 employees. LINE ITEMS Item 1 = Automobile Insurance Coverage (21 Vehicles approximately) with the following limits: Third Party Liability Insurance (bodily injury and property damage) - $150,000.00 Medical Expenses for Passengers and Driver of Insured Vehicle - $50,000.00 Legal Assistance (including guaranteed bail bond - $100,000.00 This procurement will include three (3) twelve (12) month option periods. PAYMENT Payments under this procurement will be made in accordance with the applicable clauses and provisions listed below. Payments will be made under this contract upon submission of properly certified invoices or vouchers by the Contractor and approval by the administering office. Partial Annual Premiums ? Invoices submitted payments shall be made on annual basis on the anniversary date. Premiums for vehicles added or deleted shall be computed on a monthly basis. Monthly premiums shall be computed by dividing the annual premiums by twelve. Premiums for vehicles added to this contract or for which types of coverage are increased under this contract shall commence on the first day of the month in which the coverage is effective. Premiums for vehicles removed from coverage under this contract shall be paid through the last day of the month in which the vehicle or coverage is dropped. APPLICABLE CLAUSES AND PROVISIONS The following clauses and provisions are incorporated by reference in this combined synopsis/solicitation. All clauses and provisions can be viewed in full text at www.arnet.gov, then follow the link for the Federal Acquisition Regulation (FAR) 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-commercial Items insert the following for paragraph (a). Offerors submitting a quote will be evaluated based on lowest price technically acceptable. One award will be made to the offeror providing the quote that that is technically acceptable, all factors taken into consideration. The following areas will be considered: a. The offeror shall provide pricing for the base period per vehicle extended to 12 months. If vehicles are grouped, the monthly premium will equate to 1/12 of the annual amount. b. The offeror shall provide pricing for each option period. c. The offeror shall provide information to verify an AAA rating. d. Each offeror shall indicate its acceptance of the Government?s ability for early termination of coverage without penalty. Offerors shall also provide the procedures for early termination in addition to adding or deleting vehicles during the coverage period. e. Offerors shall have an active Central Contractor Registration (CCR) in order to be considered for an award. Offerors shall supply with their quotation all pertinent information on the insurance coverage they are quoting and a list of customers who can be contacted to establish their level of satisfaction with the offerors products. 52.212-3 Offeror Representations and Certifications-Commercial Items (offeror shall complete the online Representations and Certifications at https://orca.bpn.gov by the closing date identified in this procurement. 52.212-4 Contract Terms and conditions-Commercial Items 52.216-2 Economic Price Adjustment. Premiums may be adjusted upward or downward based on the experience rating of the vehicles covered by this contract. No adjustment will be allowed during the first 12 months of the contract. After such time, the contractor or the Government may request an adjustment in premiums on an annual basis. Before and such adjustment is made, the contractor agrees to provide the Government a balance sheet showing receipts (premiums received), payments (claims paid), the retention amount paid to the contractor, and the difference between amounts received and paid. Any adjustment shall be subject to mutual agreement of the parties and shall result in a written modification to the contract. Any failure to reach agreement under this clause shall be subject to the procedures in FAR clause 52.233-1. 52.217-9 Option to Extend The Term of The Contract. The Government may extend the term of this contract by written notice to the Contractor within the performance period of the contract or within 30 days after funds for the option year become available; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. 52.232-12 Advance payments 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses are applicable (clauses 52.202.1, 52.203-3, 52.203-5, 52.203-6, 52.209-6, 52.214-34, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.225-14, 52.232-12, 52.232-24, 52.232-25, 52.232-33, 52.233-1(alt. 1), 52.233-3, 52233-4, 52.237-3, 52.242-13, 52.243-1, 52.246-25, 52.249-4, 52.249-8 ) ATTACHMENT 1 SCHEDULE OF VEHICLES UNIT NO (ASSIGNED BY GSA) YEAR/MODEL TRADE NAME TYPE VEHICLE AZ DIVISION G10-7336D 2006 Dodge Stratus Sedan; G10-7337D 2006 Dodge Stratus Sedan; G10-7335D 2006 Dodge Stratus Sedan; G10-7334D 2006 Dodge Stratus Sedan; CA Division G10-0860B 2005 Chevrolet Malibu Sedan; G10-0853-B 2005 Chevrolet Malibu Sedan; G10-0854B 2005 Chevrolet Malibu Sedan; G10-0855B 2005 Chevrolet Malibu Sedan; G10-0856B 2005 Chevrolet Malibu Sedan; G10-0859B 2005 Chevrolet Malibu Sedan; TX Division G-10-9845D 2006 Dodge Stratus Sedan; G-10-9897D 2006 Dodge Stratus Sedan; G-12-0762D 2006 Chevrolet Malibu Sedan; G-12-0779D 2006 Chevrolet Malibu Sedan; G-10-9917D 2006 Dodge Stratus Sedan; G-10-9874D 2006 Dodge Stratus Sedan; G-10-9881D 2006 Dodge Stratus Sedan; G-10-9920D 2006 Dodge Stratus Sedan; G-10-9884D 2006 Dodge Stratus Sedan; G-10-9923D 2006 Dodge Stratus Sedan; G-10-9915 2006 Dodge Stratus Sedan; G-10-9916 2006 Dodge Stratus Sedan;
 
Place of Performance
Address: U.S. Department of Transportation, 400 Virginia Ave, SW, Suite 600, Washington, D.C.
Zip Code: 20590
Country: UNITED STATES
 
Record
SN01335869-W 20070708/070706220511 (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.