Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

W -- RENTAL CARS FOR GOVERNMENT OPERATIONS

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
08X800200
 
Response Due
9/14/2007
 
Archive Date
9/30/2007
 
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; proposals are being requested and a written solicitation shall not be issued. This solicitation number 08X800200 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2005-19, dated August 17, 2007. This RFQ is to provide automobile rental services to various agencies and employees of the Department of Health and Services (DHHS). The period of performance shall be base year, plus 4 ? 12 month option periods. Background: The Government is seeking to continue use of a commercial form to provide vehicles for use by its employees with a minimum of administrative effort. The Government wants to continue operating in that manner. We foresee one ordering point at each activity, and a single billing office, however the Government retains the right to change the number of ordering offices. The DHHS has an irregular requirement for the use of small, and mid-size vehicles, ?mini-vans,? and 15 passenger vans for use between sites in the general DC metropolitan area. Occasional travel is required to the Baltimore and Philadelphia metropolitan areas. However, out of state travel may be required but such travel is the exception. In addition, overnight travel is required on an infrequent basis. Requirement: The duration of the rental is generally for one business day and is not expected to exceed 15 vehicles at any one time. The Government does not guarantee any minimum of daily business for the Contractor. Vehicle distribution may not be balanced through the four classes available under the proposed contract. The Contractor shall deliver vehicles to the sites identified below. A secure parking place will be provided for ordered vehicles delivered. The Government will provide a secure, perpetually staffed desk at which the Contractor can deposit keys and paperwork for the driver to pick up when travel commences. The Government will, in no case, be responsible for returning rental agency personnel to their work site. The customer will deliver vehicles to the secure area at the end of the rental period for pickup by the rental agency prior to 8:00 AM the next business day. In all cases, rental vehicles shall have all required documentation, such as a copy of the contract and registration, with the keys. The vehicle will be available for immediate departure by the traveler. Vehicle drop off points include: Program Support Center National Institutes of Health 5600 Fishers Lane 1 Center Drive Rockville, MD Bethesda, MD Visitor?s Parking Lot/PKLN Dock B1 Parking Lot Food and Drug Administration HHS Headquarters 10903 New Hampshire Avenue 200 Independence Ave S.W. Silver Spring, MD Washington, DC Visitor Parking Lot C Street side of Bldg. Personal Property Facility 16071 Industrial Drive Gaithersburg, MD Visitors Parking Area Drop off spots for keys will be formally designated after contract award. Vehicles must be cleaned, fully fueled, and serviced prior to successive rentals. Unlimited mileage is required in each rental case. The Contractor shall refuel all vehicles. A review of pricing for fuel shall be accomplished during the third month of each quarter, beginning with the second full quarter in the first performance period. In conducting fuel price review, the Government will survey no less than 5 commercial fueling stations in Rockville and will determine an average per gallon price for 87-octane fuel. Fuel prices charged by the Contractor shall not exceed that average. The first performance period will begin upon award and continue through September 30, 2008. There will be four additional 12-month option periods. The Government will notify the Contractor prior to noon the business day before rental vehicles are required. The notification to the Contractor will include the number and types of vehicles, the location of the drop off and the earliest time that the vehicle can be dropped off. The rental period shall not commence earlier than the time identified in the notification for drop off. Clean, licensed, insured and well maintained vehicles, delivered on time, to the locations designated will be key performance metrics. Authorized Drivers: All licensed Government employees in the vehicle shall be authorized to drive the rental vehicle, unless individually restricted by the operator?s license. Liability and other insurance: Government personnel will not be subject to any fee for loss to the vehicle for Collision Damage Waiver, and, in the case of an accident, will not be responsible for loss or damage to the vehicle, except as stated below. The Contractor shall maintain in force, and at its sole cost, insurance coverage or a duly qualified self-insurance program, which will protect the United States and its employees against liability for personal injury, death and property damage arising from each use of a vehicle. Personal injury/wrongful death limits shall be equal to the highest minimum for the state and/or District of Columbia in which the vehicle operates during each rental. The conditions, restrictions and exclusions of the applicable insurance for any rental shall not be less favorable to the Government and its employees that the coverage afforded under standard automobile liability policies. Where more favorable terms are available, those terms shall be automatically extended. Standard coverage shall include mandatory no-fault insurance where required by law. The Contractor warrants that to the extent permitted by law, the liability and property damage coverage provided are primary in all respects to other sources of compensation, including claims statutes or insurance available to the Government, renter or additional authorized driver. Proof of such insurance shall be provided. The Contractor assumes and shall bear the entire risk of loss or damage to the rented vehicles (including costs of towing, administrative costs, loss of use and replacements), from any and every cause whatsoever, including, without limitation, casualty, collision, fire, upset, malicious mischief, vandalism, tire damage, falling objects, overhead damage, glass breakage/cracking/chipping, strike, civil commotion, theft and mysterious disappearance, except where such loss and/or damage is caused by one or more of the following: a. An accident due to negligence on the part of a Government driver, where there is credible evidence of such negligence, such as a police report citing the driver for a traffic violation. b. Obtaining the vehicle through fraud or misrepresentation c. Operating the vehicle under the influence of alcohol or any prohibited drugs d. Use of the vehicle for illegal purposes e. Use of the vehicle in pushing or towing another vehicle f. Using or permitting the vehicle to be used for hire g. Operating the vehicle in any training maneuver or for any purpose other than that for which vehicles of this type are normally rented by a private citizen h. Operating the vehicle in a test, race or contest of any kind i. Operating of the vehicle by an unauthorized driver j. Operating outside of the United States unless specifically authorized at the time of rental k. In the event the vehicle is stolen and the renter cannot produce keys to the vehicle, unless a formal police report indicates the keys were stolen through some form of theft or robbery l. Operation of the vehicle off paved, graded and professionally maintained roads or driveways Vehicles: The vehicles shall be well maintained, insured, properly licensed and clean for each use. All vehicles shall meet all state and local safety standards, shall be no more than two years old and will have no more than 40,000 miles on the odometer at the time of pickup by the employee. The vehicle shall have a full gas tank at the time of rental, minus whatever gas is consumed in moving directly from the rental location to the drop off point. Such fuel usage is expected to be negligible. It shall be the Contractor?s responsibility to refuel all rented vehicles. The Contractor shall provide renters with a 24-hour telephone number for reporting accidents, disabled vehicles and for requesting a replacement vehicle, if necessary. Inoperative rental vehicles within 25 miles of any of the listed ?Drop Locations? shall be replaced within one hour. The renter of a vehicle involved in an accident shall, in all cases, file a police report and provide a copy of that police report to the rental agency and the Government Project Officer. Renters shall, in addition, complete a rental company accident report, if so requested. Liaison: The Government will appoint a Vehicle Transportation Office (VTO). The incumbent(s) in that office will order vehicles, negotiate changes in fuel costs and administer the contract. The Contractor shall also appoint a Liaison Officer with responsibility for managing this effort. Pricing: Vehicle rates shall operate through the performance period. The Contractor may, at the Contractor?s own initiative lower prices or offer special rates that are available to consumers, but may not increase prices. (Vehicle pricing will occur on per vehicle/per daily basis) 0001 Make up to 15 compact and/or mid size vehicles available on any given day during the period of performance (Separate Pricing shall be provided for each class of vehicles for each performance period) 0002 Make up to 5 mini-vans available 0003 Make up to 2 15-passenger vans available 0004 87 Octane, unleaded fuel (Pricing on a per gallon basis, for the period from start through March 08) 0005 Weekly Rates for all four classes of vehicles (for required available quantities listed above) (Separate pricing shall be provided for each class of vehicle) 0006 Monthly Rates for all four classes of vehicles (for required available quantities listed above) (Separate pricing shall be provided for each class of vehicle) Vehicle rates shall operate through the performance period. The Contractor may, at the Contractor?s own initiative lower prices or offer special rates that are available to consumers, but may not increase prices. Performance Standards: The Contractor?s performance shall be measured as follows: Performance Requirement - Clean, licensed, Insured, well-maintained vehicles, Delivered on time, to The appropriate locations Performance Standards - Customer Requirements are Met Performance Measure - Observation of the Vehicle Transportation Officer and survey of Customer satisfaction After use Negative Incentive - *Vehicle delivered Late ? 2 points *Vehicle inoperable at Pick up ? 4 points *Vehicle inoperable During use ? 3 points *Vehicle registration Expired ? 5 points *Vehicle not delivered To proper location ? 3 Points Any combination Leading to 15 points in A given month, or any Part of an additional 15 point ?block? results In a $250 deduction From payment due Contractor Performance Requirement: Uninsured vehicle: Performance Standard: Government is not Unnecessarily Exposed to liability Risk Performance Measure: Accident investigation determines Government driver not At risk, but Contractor Seeks damage Recovery from Government Negative Incentive: Deduct full damage Claim from payment to Contractor Performance Requirment: Contractor unable to Provide vehicle Performance Standard: Customer Requirements are met Performance Measure: All vehicle rental Requirements are met. Late vehicle (above) is A vehicle delivered 60 Minutes or less after Scheduled time. Anything beyond 60 Minutes is an Undelivered vehicle Negative Incentive: Value of renting from Another company is Deducted from any Invoice due this Contractor. Technical Evaluation Criteria: Proposal will be technically evaluated as follows: 1. Understanding the Requirement. Offerors will be evaluated on how well they propose to meet this requirement. The offeror shall explain how they can use technology to facilitate ordering and invoice processes (40 points) 2. Offerors shall describe how they will handle emergency requirements, including the shortest notice time available, and how it will affect price, if at all. (40 points) 3. Liaison Responsibilities: The offeror shall provide a detailed explanation of the liaison?s qualifications, including their level of authority to deal with situations that may arise under this contract (20 points) Technical and cost are considered equal. Award will be made to the offeror whose proposal represents the best value to the Government. The provision at FAR 52.212-1, ?Instructions to Offerors ? Commercial Items,? and 52.212-2, ?Evaluation-Commercial Items? is hereby incorporated by reference. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, ?Offerors Representations and Certifications ? Commercial Items? and their Dunn & Bradstreet number with their quote. Offerors wishing to respond to this solicitation shall provide this office with a price quote for the requested items, along with the required representation and certification. Offerors not in possession of the full text may contact this office and a copy shall be provided, or they may be accessed electronically at the following address: http://www.arnet.gov/far/. The FAR clause 52.212-4, ?Contract Terms and Conditions ? Commercial Items: and Clause 52.212-5, ?Commercial Items? are applicable to this requirement. All questions concerning this RFQ must be submitted in writing to the Contract Specialist. PLEASE NOTE THAT ANY AMENDMENTS TO THIS SOLICITATION SHALL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. ALL QUOTES MUST CLEARLY INDICATE THE SOLICITATION NUMBER 08X800200 and be sent to the Contract Specialist?s attention at DHHS/PSC/SAS/DAM, 5600 Fishers Lane, Room 5-101, Rockville, MD 20857. All quotes from responsible sources, fulfilling the requirements of this solicitation, shall be considered if received by 2:00 p.m., September 14, 2007.
 
Place of Performance
Address: Metropolitan Washington DC and Maryland
Zip Code: 20857
Country: UNITED STATES
 
Record
SN01391980-W 20070902/070831220621 (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  © 1994-2020, Loren Data Corp.