Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

W -- Multistop Van

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and 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
FA4416-09-T-0027
 
Archive Date
8/15/2009
 
Point of Contact
Adriana E Carmona, Phone: 301-981-3395
 
E-Mail Address
Adriana.Carmona@andrews.af.mil
(Adriana.Carmona@andrews.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA4416-09-T-0027. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-33. The North American Industry Classification System Code (NAICS) for this acquisition is 532120 with a size standard of $25.5 million. The proposed contract is 100 percent set aside for small business. CONTRACT LINE ITEM NUMBERS: 0001: BASE YEAR: Lease of one (1) new 2009 multistop maintenance utility van, 4X2, 1 ton gross vehicle weight rating (GVWR). Box measurements: width - 80" length: 126.5" height: 85.5". Sliding door: 27" wide, rear door 37" COLOR: Dark Blue MAKE: Chevrolet, Ford, or equivalent from an American manufacturer. QTY: 12 MONTHS, UNIT PRICE: tiny_mce_marker _____________, EXTENDED PRICE: tiny_mce_marker ________________, MFR/MODEL: ___________________________. Period of Performance for Base Year: 30 September 2009 through 29 September 2010. 1001: OPTION YEAR I: Lease of one (1) new 2009 multistop maintenance utility van, 4X2, 1 ton gross vehicle weight rating (GVWR). Box measurements: width - 80" length: 126.5" height: 85.5". Sliding door: 27" wide, rear door 37" COLOR: Dark Blue MAKE: Chevrolet, Ford, or equivalent from an American manufacturer. QTY: 12 MONTHS, UNIT PRICE: tiny_mce_marker _____________, EXTENDED PRICE: tiny_mce_marker ________________, MFR/MODEL: ___________________________. Period of Performance for Option Year I: 30 September 2010 through 29 September 2011. 2001: OPTION YEAR II: Lease of one (1) new 2009 multistop maintenance utility van, 4X2, 1 ton gross vehicle weight rating (GVWR). Box measurements: width - 80" length: 126.5" height: 85.5". Sliding door: 27" wide, rear door 37" COLOR: Dark Blue MAKE: Chevrolet, Ford, or equivalent from an American manufacturer. QTY: 12 MONTHS, UNIT PRICE: tiny_mce_marker _____________, EXTENDED PRICE: tiny_mce_marker ________________, MFR/MODEL: ___________________________. Period of Performance for Option Year II: 30 September 2011 through 29 September 2012. If offering an equivalent model, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. Required delivery is located at the Visitors Control Center, 1832 Robert M. Bond Drive, Andrews, AFB MD 20762 by 30 September 2009. FOB is destination and the resulting contract will be a firm fixed price. 1. SCOPE OF CONTRACT 1.1. The contractor shall provide for lease one Multistop van to the 316th Logistics Readiness Squadron (316 LRS), Andrews AFB, Maryland for a period of one 12 month base period and two-year renewal option period. These vehicles shall be used in support of the 89th Presidential Airlift Group (PAG) mission. The vehicle must be manufactured in accordance with all State of Maryland, the United States Department of Transportation, Interstate Commerce Commission Regulations and Federal Motor Vehicle Safety Standards. 1.2. The vehicles required under this contract shall be authorized in accordance with AFI 23-302, Vehicle Management and be listed in the Federal Vehicle Standards. 1.2.1. The contractor shall deliver the vehicle 30 September 2009 in brand new condition. 1.2.2. The contractor shall provide monthly invoices between the first and fifth of each month. 2. VEHICLE REQUIREMENTS 2.1. Multi-stop van must be new when delivered. Exterior color shall be dark blue. CLIN Quantity Item Description Transmission Battery Suspension 0001 1 Multistop Automatic Heaviest duty available Performance Handling 2.1.2. At a minimum, the Multi-stop must include the features shown in the table below. Multistop Rear window wiper/defogger Power adjustable Mirrors X Flex Fuel X Front Controlled A/C X Rear Controlled A/C Lug Wrench X Spare tire with jack X Remote keyless entry X Power door locks X Power windows X Front and rear floor mats X 2.1.3. Multistop/Maintenance Utility Van Specifications: 4x2, 1 Ton Gross Vehicle Weight Rating (GVWR). Box measurements: Width-80", Length - 126.5", Height-85.5". Sliding door 27" wide. Rear Door 37" wide. 2.1.4. The expected mileage for this van is not expected to exceed 20,000 miles per year. 2.3 INSTALLATION OF SPECIAL EQUIPMENT OR MARKINGS 2.3.1. The Government may install special equipment (i.e. siren, light bar, radio, pintle-hook, etc...) required by the using activity. The Government shall use portable or non-fixed radios and lights when feasible. 2.3.2. The Government may place non-permanent markings or decals, identifying the using activity, on each side, and or on the front and rear bumpers, of any motor vehicle leased under this contact. The Government shall use markings or decals that are removable without damage to the vehicle. 2.3.3. The contractor may use placards for temporary identification of vehicles except that the placards may not contain any reference to the contract that may be construed as advertising or endorsement by the Government of the contractor. 2.3.4. Installation and removal of special equipment and or markings and decals shall be at the Government's expense. 3. TAGS AND TITLE 3.1. Vehicle leased under this contract shall operate on federal tags; however, the Government reserves the right to utilize state tags, if necessary, to accomplish its mission. Should state tags be required, the contractor shall furnish the tags and provide the Government (title of certification) necessary to validate acquisition of such tags. 3.2. Federal tags are the responsibility of the Government. 4. INSURANCE COVERAGE 4.1. The Air Force is self-insured. 5. MAINTENANCE 5.1. The contractor shall provide all maintenance on Multi-stop van leased under this contract. The cost for all maintenance shall be included in the unit prices. Multi-stop van shall be maintained at the facilities identified in the contractor's proposal. Maintenance services shall be performed at facilities located no further than 20 miles outside of Andrews Air Force Base. The Contractor shall inspect the leased vehicle periodically at the contractor designated maintenance shop or dealer. 5.1.2. The contractor shall submit a written preventative maintenance inspection schedule, in English, within five days after receipt of purchase order. The schedule shall be in accordance with the manufacturer's mileage intervals. 5.1.3. Upon completion of each periodic maintenance or inspection, the contractor shall prepare and submit a written English report to the Government within two business days. The report shall include the date and time of the maintenance/inspection, its location, description of repairs, and the name of the personnel performing the maintenance/inspection. 5.1.4. The contractor shall repair any defects, and replace consumed oils, parts, and components identified in the periodical inspection. This includes, but is not limited to, tires and batteries. 5.2. The contractor shall repair any defects on the leased vehicle caused by vehicle malfunction(s) at no cost to the Government within five working days. The contractor shall prepare and submit a written report in the same way as described in the maintenance section 5.1.3. for on-call repairs. 5.3. UNSCHEDULED MAINTENANCE 5.3.1. The contractor shall accomplish all unscheduled maintenance for vehicles leased under this contract for maintenance items covered/not covered by the manufacturer's warranty at a facility of the contractor's choice. The contractor shall prepare and submit a written report in the same way as described in the maintenance section 5.1.3. 5.3.2. The contractor is responsible for all towing and towing cost to/from the maintenance facility if the leased vehicle is inoperable due to mechanical malfunctions/failure. 5.4. ACCIDENT DAMAGES 5.4.1. In case of an accident where the cost of repair is less than the cost of replacing the vehicle and requires the repair of the leased vehicle, the Government representative shall notify the contractor and contracting officer of the accident. 5.4.2 The Government shall obtain repair cost from at least three repair facilities approved by the contractor. The Government will only select repair vendors authorized by the contractor to make the repairs. The contractor agrees to accept repairs made by an authorized repair facility as complete, and agrees to release any demand or claim from the Government on all repairs made when the leased vehicle is returned to the contractor upon expiration of the contract. 5.4.3 The contractor shall provide to the Government an invoice of all parts, costs and labor hours required to complete repairs on the damaged vehicle. 5.4.4. In case of need for towing service, the Government shall contact 24-hour support towing services provided by the contractor. When the vehicle is located in a controlled area on the base, the Government shall tow the vehicle to the nearest accessible area for pickup by the vendor. 5.4.5. In case of an accident where the cost of repair is greater than the cost of replacing the damaged vehicle, the Government may terminate the contract for the convenience of the Government. Compensation for the value of the damaged vehicle will be paid to the contractor for the purchase price of the vehicle less the depreciated value during the lapsed contract period. 6. GOVERNMENT FURNISHED MATERIALLS/TOOLS 6.1 The Government shall provide standard operator care, limited operator maintenance (check fluids, lights) and interior/exterior cleaning of the vehicles 6.2. The Government shall furnish fuel for the normal daily operations of the vehicles. 7. QUALITY CONTROL 7.1. The Government shall employ quality control program/procedures to identify, prevent and ensure non-recurrence of defective services. Through implementation of the Government's quality control program and procedures, the Government shall receive quality services meeting the requirements of this contract. 8. QUALITY ASSURANCE 8.1. The Government shall periodically evaluate the contractor's performance by appointing a representative(s) to monitor performance to ensure services are received. The Government shall also receive and investigate complaints from various customers located on the installation. The Government representative shall evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of complaints from base personnel. The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if performance dictates. The contractor shall be responsible for initially validating customer complaints. However, the Government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 9. SECURITY REQUIREMENTS 9.1. The contractor's employees shall conform to all base regulations and directives pertaining to security, traffic and fire while on this installation. 9.2. The contractor shall be responsible for the action of any of his subcontractor and his employees who are working on Andrews AFB. 10. FEDERAL HOLIDAYS 10.1. The contractor is not required to provide services on the observed Federal holiday. The following is the federal holidays observed by this installation. New Years Day 1 January Martin Luther King Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December 11. BASE PASSES 11.1. Should the contractor and/or subcontractors need a base identification card or vehicle pass; each employee must have possession of his/her pass at all times while working on this contract. Contract employees will not enter any restricted areas. No security clearance is required, but the contractor shall provide, on company letterhead, the names of each employee with the following information: Social Security, date of birth, vehicle tag number, and home address not later than five business days if access is needed to the installation. The contractor shall be responsible for the return of passes issued to employees who separate from the contract before the expiration date of each contract period including any extensions to the contract. Lost or stolen passes shall be reported immediately to the contracting officer with a written follow up to the contracting officer within 72 hours. 12. HOURS OF OPERATION 12.1. After normal duty hours/weekends (24 hours a day), the contractor shall provide the Government with a local or toll free phone number. 12.2. During normal duty hours: 0700 - 1545 hours Monday - Friday, the contractor shall provide a cell phone, pager number. 12.3. Services call system: The Government requires that the contractor submit a plan to accomplish service calls and requests. 13. APPLICABLE PUBLICATIONS AND FORMS 13.1. Contractor shall provide operator manuals. 14. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE COMMANDER OF THE 316 WING 14.1. In the event the contractor is unable to provide his services due to peacetime emergency and/or wartime contingency disturbances, etc. neither the Government nor the contractor shall take action for non-compliance with contact requirements. 15. CONTRACTOR REPRESENTATIVE 15.1. The contractor shall provide a representative to be contacted for all contract administration matters. The following information shall be provided with the contractor's offer: • Name • Address • Telephone • Fax • E-mail • an afterhours/emergency telephone number to be filled in at time of award. 15.2. The contractor's representative shall be responsible for all contract administration issues and shall act as the central point of contact with the Government for all such issues. The representative shall have full authority to act for the contractor in all contractual matters. The representative shall be able to fluently read, write, and speak the English language. INSPECTION AND ACCEPTANCE TERMS: SERVICES/INSTALLATION OF WORK SHALL TAKE PLACE NO LATER THAN 30 SEP 09. Supplies/Materials shall be delivered to the Visitors Control Center, 1832 Robert M. Drive, Andrews AFB, MD 20762. Services will be inspected by Quality Assurance Personnel at the job site. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is deemed most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.209-6, 52.211-6, 52.214-31, 52.214-34, 52.214-35, 52.217-5, 52.217-8: 15 days, 52.217-9: (a) 15 days; 60 days (c) 36 months, 52.223-6, 52.223-11, 52.225-13, 52.232-19, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.212-7001 (DEV), 252.223-7006, 252.232-7003, 252.232-7010, 252.247-7023, ALT III, 52.243-7001, 252.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Springs, MD 20762, phone #301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-43, 52.223-5, 52.232-33, 52.233-3 and 52.233-4. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). You can register at https://wawf.eb.mil/. All quotations must be received by 8:00 A.M. Eastern Standard Time (EST) on 31 July 2009. Quotations can be mailed to the 316th Contracting Squadron/LGCBA, 1535 Command Drive, Suite E-210, Andrews AFB, MD 20762, faxed to (301) 981-3395 or e-mailed to adriana.carmona@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Adriana Carmona, Contract Specialist, Phone (301) 981-3395.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA4416-09-T-0027/listing.html)
 
Place of Performance
Address: 316 Logistics Readiness Squadron, Andrews Air Force Base, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01884427-W 20090724/090723000531-dd608437b85a9fca47ac387bf617da0b (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.