Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOLICITATION NOTICE

23 -- Leased Rental Vehicles

Notice Date
10/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Fort Irwin, Fort Irwin, CA 93211
 
ZIP Code
93211
 
Solicitation Number
W9124B-11--T-0400
 
Response Due
10/8/2010
 
Archive Date
4/6/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124B-11--T-0400 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 336111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-10-08 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Riley, KS 92310 The USA ACC MICC Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, 4x4 (full size pickup 4 door)FFP4 x 4 Truck Period of Performance: 12-28 Oct 2010 Full 4x4 Quad Cab (4 door) pick up(similar to Chevrolet Silverado/Ford F150). Contractor shall provide a truck with unlimited mileage and roadside assistance. 4 wheel drive capability required. Towing pintel is required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government.FOB: Destination, 12, EA; LI 002, 4x4 (full size pickup 4 door) FFP 4 x 4 Truck Period of Performance: 18 Oct thru 21 Nov 2010 Full 4x4 Quad Cab (4 door) pick up(similar to Chevrolet Silverado/Ford F150). Contractor shall provide a truck with unlimited mileage and roadside assistance. 4 wheel drive capability required. Towing pintel is required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government.FOB: Destination, 3, EA; LI 003, 4x4 (full size pickup 4 door) FFP 4 x 4 Truck Period of Performance: 13 - 24 Nov 2010 Full 4x4 Quad Cab (4 door) pick up(similar to Chevrolet Silverado/Ford F150). Contractor shall provide a truck with unlimited mileage and roadside assistance. 4 wheel drive capability required. Towing pintel is required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government.FOB: Destination, 12, EA; LI 004, 15 PAX Van FFP 15 Passenger Vans. Period of Performance 18 - 28 Oct 2010.Contractor shall provide vans with unlimited mileage and roadside assistance. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort Irwin FOB: Destination, 8, EA; LI 005, 15 PAX Van FFP 15 Passenger Vans. Period of Performance 18 Oct thru 24 Nov 2010.Contractor shall provide vans with unlimited mileage and roadside assistance. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort Irwin FOB: Destination, 2, EA; LI 006, 15 PAX Van FFP 15 Passenger Vans. Period of Performance 13 - 24 Nov 2010.Contractor shall provide vans with unlimited mileage and roadside assistance. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort Irwin FOB: Destination, 8, EA; LI 007, 15 PAX Van FFP 15 Passenger Vans. Period of Performance 22 Oct - 24 Nov 2010.Contractor shall provide vans with unlimited mileage and roadside assistance. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort Irwin FOB: Destination, 2, EA; LI 008, SUV FFP SUV Period of Performance 18-28 Oct 2010 Full size SUV (similiar to Chevrolet Surbaban). Contractor shall provide an SUV with unlimited miles and roadside assistance. All wheel drive capability required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other than normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort. Irwin, 11, EA; LI 009, SUV FFP SUV Period of Performance 20 - 25 Oct 2010 Full size SUV (similiar to Chevrolet Surbaban). Contractor shall provide an SUV with unlimited miles and roadside assistance. All wheel drive capability required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other than normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort. Irwin, 1, EA; LI 010, SUV FFP SUV Period of Performance 13 -24 Nov 2010 Full size SUV (similiar to Chevrolet Surbaban). Contractor shall provide an SUV with unlimited miles and roadside assistance. All wheel drive capability required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other than normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort. Irwin, 11, EA; LI 011, SUV FFP SUV Period of Performance 17 - 22 Nov 2010 Full size SUV (similiar to Chevrolet Surbaban). Contractor shall provide an SUV with unlimited miles and roadside assistance. All wheel drive capability required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other than normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort. Irwin, 1, EA; LI 012, SUV FFP SUV Period of Performance 22 -28 Oct 2010 Full size SUV (similiar to Chevrolet Surbaban). Contractor shall provide an SUV with unlimited miles and roadside assistance. All wheel drive capability required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other than normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort. Irwin, 1, EA; LI 013, SUV FFP SUV Period of Performance 13 - 21 Nov 2010 Full size SUV (similiar to Chevrolet Surbaban). Contractor shall provide an SUV with unlimited miles and roadside assistance. All wheel drive capability required. Contractor shall provide any repair/replacement support within 4 hours after notification. The Government will be responsible for any damages other than normal wear and tear and any other damages incurred due to negligence by the Government. Vehicles shall be delivered and picked-up at Fort. Irwin, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Irwin intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Irwin is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5634eebca7c077934ceee3a1a6d8f716)
 
Place of Performance
Address: Fort Riley, KS 92310
Zip Code: 92310
 
Record
SN02306593-W 20101008/101006233937-5634eebca7c077934ceee3a1a6d8f716 (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.