Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOLICITATION NOTICE

23 -- 4x2 Stake Bed Truck, Regular Cab, Min 10,001 LBS GVWR

Notice Date
9/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441110 — New Car Dealers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services(QMA), 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
QMAA-M9-100447-N
 
Archive Date
10/14/2010
 
Point of Contact
Craig Walsh, Phone: 703-605-2864, Iris Hubbard, Phone: 703-605-2927
 
E-Mail Address
craig.walsh@gsa.gov,
(craig.walsh@gsa.gov, cquisition)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Service Express Desk Program CASE NO: EJ447 REQUEST FOR QUOTE PLEASE READ REQUEST FOR QUOTE AND FOLLOW INSTRUCTIONS. Date: September 23, 2010 Classification Code: 23 - Ground effects vehicles, motor vehicles, trailers & cycles Standard Item Number: 124 - 4x2 STAKE BED TRUCK, REGULAR CAB, MIN 10,001 LBS GVWR vehicle types are specified in the Federal Standard 122 and 307, http://apps.fss.gsa.gov/vehiclestandards NAICS: 441110 Solicitation Number : QMAA- M9-100447-N Set-aside Status: This is a total small business Set-aside. Contracting Office Address: General Services Administration AUTOMOTIVE ACQUISITION SUPPORT DIVISION (QMAA) Automotive/Light Vehicles Division Room 1006 2200 Crystal Drive Arlington, VA 22202 A. Description of Action This is a combined synopsis/solicitation for the acquisition of New "2010" commercial vehicle(s) currently sitting on your dealer lot, available for Immediate Delivery. This combined synopsis/solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 ( http://www.arnet.gov/far/current/html/Subpart%2012_6.html#wp1088488 ) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR 13 Simplified Acquisition Procedures, FAR 6.302-2. ( http://www.arnet.gov/far/current/html/Subpart%2013_1.html#wp1125430 ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via https://www.fbo.gov or by a means that provides access to the notice of proposed contract action through the Government-wide point of entry. B. Scope The General Services Administration (GSA) requires the follow vehicle(s): Line Item: 124 - 4x2 STAKE BED TRUCK, REGULAR CAB, MIN 10,001 LBS GVWR Quantity: ONE (1) Exterior Color: WHITE Interior Color: NOT SPECIFIED At a minimum, the following options are required: OPTIONS: CNS - CONSIGNEE DELIVERY (NO DEALER PREP) D7 - TOWING/MOUNTAIN RATIO FB20 - BIO DIESEL (B20) COMPATIBLE ENGINE PSMA - PARTS AND SERVICE MANUALS - ELECTRONIC RH 4V - DRAW BAR RECEIVER CLASS IV YD - DIESEL ENGINE Please review and advise if you have the vehicle currently available on your dealership lot that meets the government's Minimum requirements. Please outline any requirements offered which do not meet the government's minimum requirements and attach as a separate word document. Delivery of this vehicle(s) is required within (14) Days), After Receipt of Order (ARO). FOB Destination: ROBINS AFB, GA 31098 POC for Delivery: Will be disclosed after award of order. C. Invoices Invoices shall be submitted to the GSA Office of Finance for approval and payment. Please be advised that your dealership shall be paid in full net 30 upon submission of a valid invoice to GSA. After delivery, invoices shall be submitted to: General Services Administration Accounts Payable (BCEB) 1500 E. Bannister Rd. Kansas City, MO 64141 OR General Services Administration Accounts Payable (BCEB) P.O. Box 419018 Kansas City, MO 64141 D. Government Contacts All questions regarding the RFQ should be directed to the GSA Contract Specialist/ Contracting Officer listed below: FAS Contract Specialist: Joe Continetti 703-605-2763 joseph.continetti@gsa.gov Acquisition Specialist: Iris Hubbard 703-605-2927 iris.hubbard@gsa.gov E. Terms and Conditions -Provision at 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) ( http://acquisition.gov/far/current/ html/52_212_213.html ) applies to this RFQ. Please submit quote sHEET ( LOCATED AT THE END OF THIS RFQ) AND ATTACHMENTS AS PRESCRIBED ON QUOTE SHEET. - Provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) applies to this solicitation. Vendors shall complete the on-line representations and certifications at http://orca.bpn.gov prior to the closing date and before submitting a quote in response to this solicitation. - Clause 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) is hereby incorporated. The following clauses are an addendum to clause 52.212-4, and are hereby incorporated into this solicitation: 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) 52.204-7 Central Contractor Registration (APR 2008) 52.232-1 PAYMENTS (APR 1984) 52.233-1 DISPUTES (JUL 2002) F-FSS-290 DELIVERY HOURS (APR 1984) Where prices are quoted and accepted on a destination basis, delivery shall be performed between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, holidays excluded. F-FSS-708 WHEELS-OFF-GROUND DELIVERY (APR 1984) Where individual items are referenced to this paragraph, the delivery method used shall assure that all wheels of subject vehicles are off the ground at all times while in transit from the point of final assembly (vehicle complete as specified) to the destination indicated under the item description. (If vehicles are shipped by rail, the "wheels-off-ground delivery" delivery method is required to a geographical point not more than 60 road miles from the specified destination. In this situation, other modes of conveyance may be used to transport the vehicle(s) from the rail drop-off point to the destination specified under the item description.) For the purpose of complying with delivery mileage restrictions in this solicitation where so specified under the item, the road mileage between geographical points shall be as stated in "Household Goods Carriers' Bureau Mileage Guide", or "Rand McNally Road Atlas", latest issued in effect. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301 (b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ( jul 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). ___Alternate I (Aug 2007) of 52.222-50 ( 22 U.S.C. 7104(g) ). (2) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (3) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 ) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( 41 U.S.C. 253g and 10 U.S.C. 2402 ). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 ( 41 U.S.C. 251 note )). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) ( 31 U.S.C. 6101 note ). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) ( 15 U.S.C. 657a ). __ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns ( July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a ). __ (8) [Reserved] _ X _ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (11) 52.219-8, Utilization of Small Business Concerns (May 2004) ( 15 U.S.C. 637(d)(2) and (3)). __ (12)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) ( 15 U.S.C. 637(d)(4) ). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (13) 52.219-14, Limitations on Subcontracting (Dec 1996) ( 15 U.S.C. 637(a)(14) ). __ (14) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) ( 15 U.S.C. 637(d)(4)(F)(i) ). __ (15)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns ( Oct 2008 ) ( 10 U.S.C. 2323 ) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (16) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323 ). __ (17) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323 ). __ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) ( 15 U.S.C. 657 f ). _ X _ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) ( 15 U.S.C. 632(a)(2) ). _ X _ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _ X _ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _ X _ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _ X _ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). __ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) ( 29 U.S.C. 793 ). __ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). __ (27) 52.222-54, Employment Eligibility Verification ( Jan 2009 ). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii) ). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C) ). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) ( 42 U.S.C. 8259b ). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products ( Dec 2007 ) (E.O. 13423). __ (ii) Alternate I ( Dec 2007 ) of 52.223-16. __ (31) 52.225-1, Buy American Act-Supplies (Feb 2009) ( 41 U.S.C. 10a-10d ). _ X _ (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) ( 41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). _ X _ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements ( Aug 2009 ) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _ X _ (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150 ). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) ( 42 U.S.C. 5150 ). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ). _ X _ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ). __ (40) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) ( 31 U.S.C. 3332 ). __ (41) 52.232-36, Payment by Third Party (Feb 2010) ( 31 U.S.C. 3332 ). __ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a ). __ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate. ] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 351, et seq. ). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) ( 41 U.S.C. 351, et seq. ). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) ( 31 U.S.C. 5112(p)(1) ). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 ( 41 U.S.C. 251 note )). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) ( 29 U.S.C. 793 ). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). ___Alternate I (Aug 2007) of 52.222-50 ( 22 U.S.C. 7104(g) ). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) ( 41 U.S.C. 351, et seq. ). (xii) 52.222-54, Employment Eligibility Verification ( Jan 2009 ). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) F. Evaluation and Basis of Award The Government will award a contract resulting from this RFQ on a best value basis, considering price and other factors. Per FAR 13.106-1 (a)(2), in addition to price, when determining best value, the ordering activity will consider the following: (1) Technical Specifications; (2) Delivery; and (3) Vehicle Type and Options as identified on the New Vehicle Window Sticker. Quotes shall be submitted in accordance with the attached quote sheet. The Government will evaluate all responses received using the instructions provided and make an award resulting from the Request for Quote (RFQ) to the responsible offeror whose quote conforming to this RFQ will provide the Best Value to the Government. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in the submitted quotes. QUOTE SHEET Please submit quote sHEET AND ATTACHMENTS BY: 2:00 PM, ET SEPTEMBER 27, 2010 to ontheroad@gsa.gov using the following subject line: "Response to RFQ Case EJ447" Offeror MUST provide a copy of the New Vehicle Window Sticker, VIN, and Photo of Vehicle. If unable to provide a quote, please submit a negative response to this RFQ. All quotes submitted in response to this RFQ shall include the following form completed in its entirety: NAME OF OFFEROR: __________________________________________________ ADDRESS: ___________________________________________________________ POINT OF CONTACT: __________________________________________________ TELEPHONE NO: __________________________ FAX: ____________________ EMAIL ADDRESS: _____________________________________________________ DELIVERY DAY'S/DATE ARO: __ PRICE PER VEHICLE: $ VEHICLE MAKE: _____________ MODEL: _______________ YEAR: ______ COLOR: VIN: ______________________________ OPTIONS: At a minimum, the following options are required: (Please check all that apply. Please note "All" exceptions to the required options.) YES NO EXCEPTION CNS - CONSIGNEE DELIVERY (NO DEALER PREP) D7 - TOWING/MOUNTAIN RATIO FB20 - BIO DIESEL (B20) COMPATIBLE ENGINE PSME - PARTS AND SERVICE MANUALS - DELECTRONIC RH4V - DRAW BAR RECEIVER CLASS IV YD - DIESEL ENGINE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95b4dfa4e9a6fe6b0e1dc564dbcdd0d5)
 
Place of Performance
Address: ROBINS AFB, ROBINS AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02299230-W 20100930/100928234747-95b4dfa4e9a6fe6b0e1dc564dbcdd0d5 (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.