Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

W -- Vehicle Lease Requirement- from 3 August 2010 until 30 September 2010.

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
RCO Seckenheim (PARC Europe, 409th CSB), Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W912PE-AUTOLEASE
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
Barbara Lightner, 011497117292939
 
E-Mail Address
RCO Seckenheim (PARC Europe, 409th CSB)
(barbara.lightner@eur.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation Number: W912PE-AUTOLease Notice Type: Firm Fixed Price This is a combined synopsis/solicitation for the purchase of commercial services prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular FAC 05-23. The closing date is 19 July 2010 @ 0900 Central European Summer Time (CEST). The applicable NAICS code is 532112 Passenger Car Leasing. The solicitation number, W912PE- AUTOLease, is issued as a request for a technical proposal and a price quote (RFQ) for Short Term Vehicle Leasing to be delivered to the United States Army Garrison (USAG)-Stuttgart, Transportation Motor Pool. Kelley Barracks, Stuttgart, Germany. The solicitation will be issued as a full and open competitive procurement. The RCO Stuttgart, 409th Contracting Support Brigade (Europe) intends to award a firm-fixed-price (FFP) contract. The leased vehicles shall be made available no later than 3 August 2010. Quantity, lease period, and description of vehicle specifications are set forth in the Requirements document (attached). Offerors shall provide the necessary options, accessories, maintenance, delivery and pick-up associated with leasing services. Line Item Numbers applicable to this solicitation are: Line itemDescription Quantity____Price/Unit/Lease Period 0001 Auto Sedan 10 each ____________ 0002 Auto Station Wagon 4 each ____________ BASIS OF SELECTION: The Government shall award a contract resulting from this RFQ to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical 2. Price Lowest priced, Technically Acceptable (LPTA) is the evaluation method to be used. All offers will either receive a Pass or Fail rating for each of the specifications listed in the requirements document. Failure to meet one or more of these criteria shall result in an unawardable Fail rating and shall be excluded from further consideration. Meeting or exceeding all requirements shall result in a technically acceptable rating. Technical: To be considered Technically Acceptable the proposed vehicles must be in accordance with the specifications listed in the requirements document. Any vendor listed on the www.epls.gov (Excluded Parties Listing) is prohibited from receiving Government awards regardless of technical and pricing factor results. The offerors shall furnish the Government with a written summary that: (A.) specifies the technical solution to meeting all of the requirements contained in the description of vehicles and services in the requirements document to include quantity, type of vehicle, options, accessories, maintenance, delivery and pick-up. (B.) Time schedule for vehicle lease completion date of not later than 30 September 2010. Price: Those offers that are deemed technically acceptable will then be evaluated on price. The award will then be offered to the offeror that is technically acceptable and has the lowest price. Pricing information shall be included in the blank associated with the respective line item numbers (CLINs) in the combined synopsis/solicitation. A price analysis shall be conducted by the Government to determine reasonableness and realism. Satisfactory competition shall satisfy the reasonableness determination. Price realism assesses how realistic an offerors price matches their technical proposal. Any proposal that does not meet all of the solicitation requirements will be rejected as nonresponsive and is un-awardable. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration 52.204-9 Personal Identification Verification of Contractor 52.212-1 Instruction to Offerors-Commercial Items; 52.212-3 Alt 1 Offeror Representation and Certification-Commercial Items; 52.212-4 Contract Terms and Conditions- Commercial Items; Alternate I 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. 52.214-34 Submission of offers in the English Language 52.225-17 Evaluation of Foreign Currency Offers. 52.232-25 Prompt Payment (Oct 2008) 52.233-1 Disputes(Jul 2002)Alt(Dec 1991) 52.242-15 Stop Work Order 52.249-4 Termination for Convenience of the Government (Services) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this solicitation: 252.204-7006 Billing Instructions 252.209-7002 Disclosure of Ownership or Control by a Foreign Government 252.212-7001 Contract Terms and Conditions 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7002 Customs Exemptions (Germany) 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.235.7000 Indemnification Under 10 U.S.C. 2354--Fixed Price 252.243-7001 Pricing of Contract Modifications The complete text of any or all of the clauses/provisions effective on the day of the latest Federal/Defense Acquisition Circular is available electronically from the following website: http://farsite.hill.af.mil/. Local Contract Provisions and Clauses pertaining to this solicitation in full text as follows: CCE.233-4002AMC-LEVEL PROTEST PROGRAM (December 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent to FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (MAR 2005) (a) Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. (b) The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firms failure to comply with Installation Access Control (IAC) processing requirements. (c) The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. (d) AE 190-16 (and AE 190-16-G German translation) can be found on the following website: http://www.ecc-e.army.mil/ under the library link Electronic Transmission Offers in response to this RFQ, including the written technical representation, pricing, and representations and certifications (if not available in ORCA) shall be submitted via email to Barbara.Lightner@eur.army.mil. Proposals must be submitted in Microsoft Word or PDF format. Offerors shall provide as a minimum: 1) RFQ number, 2) Name, address, and telephone number of point of contact of offeror, 3) Technical solution. 4) Line Item Pricing for 0001 and 0002. 5) Representations and Certifications (unless offeror maintains updated Reps and Certs at the ORCA website); For information regarding this combined synopsis/solicitation, contact Ms. Barbara Lightner at 0711-729-2939 or email Barbara.Lightner@eur.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27e523eeeb15b10d4149d3efb2053a86)
 
Place of Performance
Address: RCO Seckenheim (PARC Europe, 409th CSB) Attn: AEUCC-S, Unit 29331, APO AE
Zip Code: 09266-0509
 
Record
SN02206327-W 20100716/100714235650-27e523eeeb15b10d4149d3efb2053a86 (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.