Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
MODIFICATION

W -- Leased Sedans - Amendment 1

Notice Date
12/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, CONS inactivated, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA2860-11-T-0008
 
Archive Date
12/25/2010
 
Point of Contact
Rhonda Coles, Phone: 301-981-6081, Ryan Battad, Phone: 301-981-2301
 
E-Mail Address
rhonda.coles@afncr.af.mil, ryan.battad@afncr.af.mil
(rhonda.coles@afncr.af.mil, ryan.battad@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The requirement has changed from 2010 model or newer to read 2009 or newer. The customer is agreeable to not having the E85 capability on the vehicles. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) No, FA2860-11-T-0008. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. This requirement is set aside 100% for small business. The North American Industry Classification System code is 532112, with a business size standard of $25.2M. CONTRACT LINE ITEM NUMBERS: 0001: Lease four (4) 2010 or newer 4-door, Chrysler 300 class III sedans or equivalent from an American manufacturer in accordance with the performance work statement. Exterior color: Black. Interior color and materials shall be dark slate gray. Interior materials shall be leather trim. QTY: 4 EA, UNIT PRICE: tiny_mce_marker________, EXTENDED AMOUNT: tiny_mce_marker_________. Period of performance shall be 12 months. If offering an equivalent model, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and in the performance work statement. 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 3022 Pennsylvania Avenue, Andrews AFB MD 20762 by 30 December 2010. FOB is destination and the resulting contract will be a firm fixed price. PERFORAMNCE WORK STATEMENT FOR LEASE OF CHRYSLER 300 CLASS III SEDANS OR EQUIVALENT. 1. DESCRIPTION OF SERVICES / GENERAL INFORMATION. 1.1. SCOPE OF WORK. The Contractor shall provide four (4) Chrysler 300 Limited Sedans for lease in accordance with the performance work statement to the 11th Logistics Readiness Squadron (LRS), Andrews AFB, Maryland. These vehicles will be used in support of the 11th Wing (AFDW) and shall be maintained by the Contractor. All vehicles 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. All vehicles required under this contract will be authorized with AFI-23-302, Vehicle Management and be listed in the Federal Vehicle Standards. 1.3. The Contractor shall deliver the vehicles by 30 December 2010. The start of the period of performance shall coincide with the actual delivery of the vehicles. 1.3.1. The Contractor shall provide monthly invoices between the first and fifth of each month into Wide AreaWork Flow. 1.3.2. The expected mileage for these vehicles is not to exceed 20,000 miles per vehicle, per year. 1.4. VEHICLE REQUIREMENTS. 1.4.1. The four (4) Chrysler 300s sedans must be a 2010 year model or newer when delivered. Exterior color shall be black. Interior color and materials shall be dark slate gray. Interior materials shall be leather trim. Model type, engine size, transmission, battery and suspension is specified as follows: Engine shall be 3.5 liter high output V6 24-valve MPI engine; transmission: automatic; battery; heaviest duty available; suspension: performance handling; fuel: E85 capable. 1.4.2. At a minimum, the vehicles must include the following features: Driver and passenger front airbags; DVD based Navigation System; U Connect hands free communication; AC with dual zone auto temp control; Protection Group; 300 Touring Package 2011; Leather Trim Seats; 18" aluminum chrome wheels; 3.5 Liter high output V6 24-valve MPI engine; 3 State Legal Tint (MD, VA, DC); Full maintenance Plan; Vehicle Registration in DC; Driver and passenger power side mirrors; Power steering; Spare tire with jack; Remote keyless entry; Power door locks; Power windows; Front and rear floor mats; Cargo Capacity (Trunk) 17.20"; Head room - Rear 38.0"; Leg room - Rear 40.2". 1.5. MAINTENANCE. 1.5.1. The contractor shall provide all maintenance on all vehicles leased under this contract. The cost for all maintenance shall be included in the unit prices in solicitation. All vehicles shall be maintained at the facilities identified in the Contractor's proposal. Maintenance services shall be performed at facilities located no farther than twenty (20) miles outside of Andrews Air Force Base, MD. The Contractor shall inspect the leased vehicle periodically at the Contractor designated maintenance shop or dealer. 1.5.2. The Contractor shall submit a written preventative maintenance inspection schedule, in English, not later than five calendar days after receipt of the purchase order. The schedule shall be IAW manufacturer's mileage intervals. 1.5.3. Upon completion of each periodic maintenance/inspection, the Contractor shall prepare and submit a written English report to the Contracting Officer and the 11 LRS quality assurance personnel within two (2) business days. The report shall include the date and time of the maintenance/inspection, description of the vehicles and its location, description of repairs, and the name of the personnel performing the maintenance/inspection. 1.5.4. 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. 1.5.5 The Contractor shall repair any defects on the leased vehicle caused by vehicle malfunction(s) at no cost to the Government within (5) working days. The Contractor shall prepare and submit a written report in the same way as described in the maintenance section 2.1.3. for on-call repairs. 1.5.6. In the event of three (3) minor recurring, or two (2) major recurring defects, the Contractor shall replace the defective vehicle with a new 2010 or newer vehicle as described in sections 2.1 and 2.1.2 at no additional charge to the Government. 1.5.7. Minor recurring defect is defined as any defect that is repaired more than once and under normal operation of the vehicle does not impose a threat to the safety of the driver or vehicle occupants. 1.5.8. Major recurring defect is defined as any defect that is repaired more than once, and under normal operation of the vehicle will impose a threat, whether direct or indirect in nature, to the safety of the driver or the vehicle occupants. 1.6. UNSCHEDULED MAINTENANCE. 1.6.1. 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. 1.6.2. 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 and/or failure. 1.6.3. The Contractor shall provide a replacement vehicle of equal size, style and color for any automobile leased hereunder that requires maintenance or repairs for which the Contractor is responsible when such maintenance or repairs cannot be completed within forty-eight (48) hours. The replacement vehicle shall be provided at no additional charge to the Government; however, the Contractor will not be required to provide a replacement for a vehicle out of services less than forty-eight (48) hours, or of the first forty-eight (48) hours of a longer out of service period, at no additional charge. The Government will follow all instructions by the Contractor in the event of a notification of safety, emissions, or other inspection or recall campaign. 1.7. TAGS AND TITLE. 1.7.1 Vehicles leased under this contract will operate on State tags. The Contractor shall pay for the tags/registration and provide the Government documentation (title of certification) necessary to validate acquisition of such tags. 1.8. INSURANCE COVERAGE. 1.8.1 The Air Force is self-insured. 1.9. ACCIDENT DAMAGES. 1.9.1. 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. 1.9.2. The Government shall obtain repair cost from at least three repair facilities approved by the Contractor. The Government will only select repair facilities 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 against the Government on all repairs made when the leased vehicle is returned to the Contractor upon expiration of the contract. 1.9.3. The Contractor shall provide to the Government an invoice of all parts, costs and labor hours required to complete repairs on the damaged vehicle. 1.9.4. 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. 1.9.5. 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. 1.10. GOVERNMENT FURNISHED MATERIALS/TOOLS. 1.10.1. The operator shall provide standard operator care, limited operator maintenance (check fluids, lights) and interior/exterior cleaning of the vehicles. 1.10.2. The Government will furnish fuel for the normal daily operation of the vehicle. 1.11. QUALITY CONTROL. 1.11.1. The Contractor shall employ quality control program/procedures to identify and prevent recurrence of defective services. Through implementation of the Contractor's quality control program/procedures, the Government shall receive quality services meeting the requirements of this contract. The Contractor shall provide the Contracting Officer a copy of their quality control plan not later than two business days after receipt of the purchase order. 2. PERFORMANCE OBJECTIVE SUMMARY. 2.1. The Contractor service requirements are summarized into performance objectives that directly relate to essential items. The performance thresholds briefly describe the minimum acceptable levels of service required for each requirement. These thresholds are critical to the Contractor's success. 2.1.1. The contractor shall maintain the vehicles in operable conditions; paragraph 2.2.; 1 defect per quarter; 2.1.2. Delivery of required vehicles; paragraph 1.2.2; 100% delivery on time; 2.1.3 the contractor shall provide written inspections; paragraph 2.2.1; 1 missing report within the year. 3. GENERAL INFORMATION. 3.1. The Government will, at its own expense, provide all gas, washing, parking, storage, and tolls for automobiles leased hereunder. The Contractor shall, at its own expense, provide all other maintenance services not specified in this paragraph at any authorized dealership or contractor approved facility. 3.1.1. If repairs are needed for which the Contractor is responsible, but, due to time, distance, emergency, or other constraints, performing the repairs at a facility identified in the Contractors' proposal is not practicable, the Government reserves the right to have the repairs performed at a facility of its choosing at customary and reasonable rates, and the Contractor shall reimburse the Government in full for their cost. In all such cases, the Contractor shall be responsible for the payment of highway road services and towing fees. 3.1.2. The Government will pay all fines on each vehicle or on the use of operation thereof (excluding only net income or gross receipts taxes payable on or measured by rentals paid hereunder and registration and license fees), and shall indemnify and hold the Contractor harmless from and against any and all such fines, assessments, fees, charges, and all expenses, penalties, and forfeitures incurred in connection therewith. 3.1.3. The government will not have or acquire any right, title, or interest in, or to, any automobile included in this lease except the right to use and operate it as provided in this contract. 3.1.4. State, Local, Personal Property Taxes; Emission, Inspections, State, Safety Inspections and vehicle registration fees (State Tags) are the responsibility of the Contractor. 3.2. CONTRACTOR REPRESENTATIVE. 3.2.1. The Contractor's representative is to be contacted for all contract administration matters. The representative's name, address, telephone, fax and email shall be provided with the contractor's proposal. 3.2.2. 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. 3.3. SECURITY REQUIREMENTS. 3.3.1. The Contractor's employees shall conform to all base regulations and directives pertaining to security, safety, traffic and fire while on this installation. 3.3.2. The contractor shall be responsible for the action of any of his subcontractor and their employees who are working on Andrews AFB. 3.4. BASE PASSES. 3.4.1. 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. 3.5. HOURS OF OPERATION. 3.5.1. The Contractor shall provide the Government with a local or toll free phone number. 3.5.2. During normal duty hours: 0700 - 1545 hours Monday - Friday, the Contractor shall provide a cell phone and/or pager number, in addition to providing an emergency number for after normal duty hours. This information shall be given to the Contracting Officer and the 11 LRS Quality Assurance personnel not later than five calendar days after receipt of the purchase order. 3.5.3. Services call system: The Government requires that the Contractor submit a plan to accomplish service calls and requests. This plan shall be included in the Contractor's quality control plan. 3.6. APPLICABLE PUBLICATIONS AND FORMS. 3.6.1. The Contractor will provide operator manuals and troubleshooting guides. 3.7. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE COMMANDER OF THE 11 WING. 3.7.1. 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 contract requirements. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial and addendum to FAR clause 52.212-1 applies to this acquisition are as follows: 52.214-31(f) (1) Fax Number (301)981-1910 (2) HP Laser Jet 3050, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFAS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commerical Items, applies to this acquisition. EVALUATION PROCEDURES. The government will select the best overall offer based on price and descriptive literature and the offer that is lowest price, technically acceptable able to meet the 30 December 2010 delivery date. Only those offerors determined to be in compliance with the requirement as stated in this solicitation will be considered for award. If additional information is required to support price fair and reasonableness, each offeror may be required to provide a hard copy of their price breakdown. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representations 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 Online Representation and Certifications Application (ORCA). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition are as follows: 52.204-9, 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, 52.219-6, 52.225-13, 52.228-8, 52.233-3, 52.233-4, 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, 252.204-7006, 252.232-7003, 252.232-7010, 252.243-7001, 252.212-7001 (DEV), 252.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101 (c): Col Timothy Applegate AFDW/PK 20 MacDill Blvd, Suite 400, Joint Base Anacostia Bolling, DC 20032, phone #202-767-7953. FAR CLAUSE 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33. 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. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 10 December 2010. Quotes can be mailed to the 11 CONS/LGCBA 1535 Command Drive, Suites E-209-EE218 Joint Base Andrews NAF, MD 20762, faxed to (301) 981-1910 or e-mailed to rhonda.coles@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Questions concerning this solicitation should be addressed to Rhonda Y. Coles, Contract Specialist, Phone (301) 981-6081.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA2860-11-T-0008/listing.html)
 
Place of Performance
Address: Andrews AFB, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02339773-W 20101209/101207233958-67b87d763c106675c01750ca9c9aa3d3 (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.