Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

W -- Chrysler 300s - Performance Work Statement

Notice Date
3/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3499036AL01
 
Archive Date
4/7/2009
 
Point of Contact
Adriana E Carmona, Phone: 301-981-3395
 
E-Mail Address
Adriana.Carmona@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is the Performance Work Statement for solicitation F1D3499036AL01. Chrysler 300 Limited Models Body of Synopsis/Solicitation to be entered. 1. Chrysler 300 Limited Models for Andrews Air Force Base. Request for Quotation (RFQ) F1D3499036AL01 due 23 March 2009, 12:00 pm Eastern Standard Time (EST). Point of Contact: A1C Adriana Carmona, 301-981-3395, Contract Specialist; Capt Shayla Canty, shayla.canty@afncr.af.mil, Contracting Officer. 2. 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. 3. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 4. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 and Defense Acquisition Circular 20090115. 5. The North American Industry Classification System (NAICS) code is 532112 and the business size standard is $23.5 million. 6. FAR 52.216-1 applies. The Government contemplates issuance of a firm fixed price service contract from this RFQ. 7. Contract Line Items: 0001: Quantity/Units - 4 EA, Item description: 2009 Chrysler 300s Limited Models in accordance with performance work statement Base year 1001: Quantity/Units - 4 EA, Item description: 2009 Chrysler 300s Limited Models in accordance with performance work statement Option I 2001: Quantity/Units - 4 EA, Item description: 2009 Chrysler 300s Limited Models in accordance with performance work statement Option II 8. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 9. Period of Performance: 1 May 2009 – 30 April 2010 base year 1 May 2010 – 30 April 2011 Option year I 1 May 2011 – 30 April 2012 Option year II 10. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (c) Period for acceptance of offers – delete entire paragraph. Substitute “The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes,” Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Quoters shall submit one quote satisfying the requirements of this RFQ. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to issue to a single purchase order resulting from this RFQ.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single purchase order to the responsible contractor whose quote who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price technically acceptable with known past performance and able to meet the required delivery of 1 May 2009. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small business Set-Aside; FAR 52.222-3, Convict labor; FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR52.222-50, Combating Trafficking in Persons; FAR 52.225-13; Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The clause at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 11. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 12. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 13. The deadline for questions is 12 March 2009 at 8:00 AM Eastern Standard Time (EST). Address questions to A1C Adriana Carmona, Contract Specialist, email adriana.carmona@afncr.af.mil or Capt Shayla Canty, Contracting Officer at email shayla.canty@afncr.af.mil. 14. Quotes must be received no later than 23 March 2009, 12:00 pm Eastern Standard Time (EST). Facsimile proposals will be accepted at 301-981-1910.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=96404f71ca1a930d39d5e8c6f333270b&tab=core&_cview=1)
 
Place of Performance
Address: 3320 Pennsylvania Ave, Andrews Air Force Base, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01762836-W 20090307/090305220730-96404f71ca1a930d39d5e8c6f333270b (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.