Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

W -- Rental of Vehicles

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA69086A001
 
Archive Date
5/29/2009
 
Point of Contact
William C. Ferrell,, Phone: 334-953-2567, Jacqueline A. Tellis,, Phone: 334-953-3526
 
E-Mail Address
william.ferrell.ctr@maxwell.af.mil, jacqueline.tellis@maxwell.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number F2XJA29028A002 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 date 15 Jan 2009 and the Defense Federal Acquisition Regulations (DFARS) change notice 20090115. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for HQ AFROTC on Maxwell AFB, Alabama. This acquisition is being issued as a 100% set-aside for small business concerns. This commercial acquisition is solicited and will be awarded using simplified procedures as authorized by FAR Part 13.5, Test Program for Certain Commercial Items. The North American Industrial Classification System Code is 532111 with a small business size standard of $25.5M. This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order. Contractor to furnish all tools, parts, materials, equipment, transportation, and other incidentals necessary to accomplish the following line item: CLIN 0001: Rental of 2 each, 15-Passenger Vans 19 Jun 09 - 1 Aug 09 to be picked up at the Charleston, SC airport (CHS) destination to Charleston AFB, SC.; CLIN 0002: Rental of 6 each, 15 Passenger Van 29 May 09 - 1 Aug 09, Two (2) each to be picked up at the Fairbanks, AK airport (FAI)for destination to Eielson AFB, AK, Two (2) each to picked up at the Omaha, NE airport (OMA) for destination to Offutt AFB, NE, and Two (2) each to be picked up at the Orlando, FL airport (MCO) for destination to Patrick AFB, FL. The Government is responsible for furnishing gasoline, all other vehicle fluids and maintenance is the contractor's responsibility. Contractor shall perform all maintenance on the vehicles. Contractor must be in compliance with all federal, state and local laws/regulations. The Government is renting operable equipment. It is the contractor's responsibility for all emergency repairs and services. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section; price. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified acquisition procedures. Acceptable quotations will take no exception to the specifications and requirements of this -RFQ. Once offeror (s) are determined technically acceptable, award will then be based on price. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2009), FAR 52.212-3, Alternate I Offeror Representations and Certifications- Commercial Items Alternate I (Apr 2002), The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. Add clauses: FAR 52.204-7, Central Contractor Registration (Apr 2008), AFFARS 5352.201-9101, Ombudsman (Aug 2005). The clause at FAR 52.203-03 Gratuities (APR 1984), FAR 52.208-4, Vehicle Lease Payments, FAR 52.208-5, Conditions of Leased Vehicles, FAR 52.208-6, Markings of Leased Vehicles, FAR 52.208-7, Tagging of Leased Vehicles, FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003). The clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-19, Child Labor, Child Labor?Cooreration with Authorities and Remedies (Feb 2008), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), and DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) and Electronic Submission of Payment Requests (Mar 2008). The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Sep 2007). The Maxwell AFB local clause Maxwell 45 is incorporated as follows: Reference FAR Clause 52.228-5 entitled "Insurance...." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract0. a. Workmen's Compensation and Employers Liability Insurance, minimum liability limit of $100,000. b. General Liability Insurance, minimum limits of $500,000. c. Automotive Liability Insurance, minimum limits of $200,00 per person and $500,00, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. The Maxwell AFB local clause Maxwell 119 is incorporated as follows: Reference DFAR Clause 252.232-7003 ?ELECTRONIC SUBMISSION OF PAYMENT REQUESTS.? Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on ?About WAWF?. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice ad Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes ? (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 ? Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract ? WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 ? This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 ? It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: rickey.bowe@maxwell.af.mil Contract Specialist: william.ferrell.ctr@maxwell.af.mil Contracting Officer: jacqueline.tellis@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The Defense Priorities and Allocations System rating is S10. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Quotes are due 2:00 pm Central Daylight Savings Time (CDST) on 11 MAy 09. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-3527/3341 attn: William Ferrell, e-mailed to william.ferrell.ctr@maxwell.af.mil, or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=646cc18abe4bc6ab95a863988451e032&tab=core&_cview=1)
 
Place of Performance
Address: Maxwell AFB, AL, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01808405-W 20090506/090504220757-646cc18abe4bc6ab95a863988451e032 (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.