Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

23 -- Oakhanger Vehicle Lease - Great Britain - Requirement

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-11-T-2003
 
Archive Date
5/10/2011
 
Point of Contact
John M Mittelstedt, Phone: 719-567-3453, Nadine Catania, Phone: 719-567-7332
 
E-Mail Address
john.mittelstedt@schriever.af.mil, nadine.catania@schriever.af.mil
(john.mittelstedt@schriever.af.mil, nadine.catania@schriever.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA2550-11-T-2003 Project Name: Oakhanger Vehicle Lease - Great Britain Classification Code: 23 Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles NAICS Code: 532112 Passenger Car Leasing Contracting Office Address Department of the Air Force, Air Force Space Command, 50 CONS, Base Infrastructure Flight, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116, UNITED STATES (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation "Oakhanger Vehicle Lease" is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. (iv) This acquisition is unrestricted. (v) This RFQ has one (1) contract line item number (CLIN). The government intends to procure the following: Clin 0001: Vehicle Lease Description: The contractor shall provide a vehicle lease for TCS Oakhanger (great Britain) in support of Government related travel requirements. The contractor shall provide all necessary and routine vehicle maintenance in order to keep the vehicle in good running condition in accordance with manufacturer recommended maintenance schedule including oil changes and tire rotations/ replacement. The proposed vehicle must meet the following specifications: 1. 1 each: 2009 - or newer, mid-size sedan (4 door) passenger vehicle with a minimum seating of five (5). Please specify the vehicle model and year within your Quote. 2. Automatic Transmission 3. Air Conditioning 4. Projected mileage is not to exceed (NTE) 24,000 miles 5. "Run Flat Tires" or Spare tire 6. Time period: Ten (10) Months 7. Period of Performance: 12 May 2011 - 11 March 2012 Unit Price ________________ Total Price ___________________ 8. Delivery is required by the morning of 12 May 2011. (vi) Delivery Location is in Great Britain: Major Alexander Chumpitaz TSC Oakhanger - F1OLAE, OL-AE 22 SOPS DCSA RA Bourdon GU35 9JE The Government will perform an inspection and the acceptance at TCS Oakhanger upon delivery. FOB point shall be Destination. All FOB destination charges must be included in quoted prices. NOTE: If delivery can not be made specifically to the Oakhanger Facility, delivery within a radius of no more than 50 miles (80 km) is acceptable. (vii) The following FAR, DFAR & AFFARS provisions and clauses apply to this acquisition and are available at http://farsite.hill.af.mil : (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationary, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments. (ix)Provision at 52.212-2 -- Evaluation -- Commercial Items shall be used. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the government requirement a. Vehicle must meet all specification listed in CLIN description b. Must specify the vehicle model and year; (ii) Price; (iii) Delivery schedule; Technical capability and delivery schedule, when combined, are approximately equal to price. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items July 2010 Deviation. (xiii) Contract financing arrangements will not apply. The following additional clauses will apply: CLAUSES INCORPORATED BY REFERENCE 52.211-6 Brand Name or Equal Aug-1999 52.225-17 Evaluation of Foreign Currency Offers Feb-2000 52.228-8 Liability and Insurance - Leased Motor Vehicles May-1999 52.232-1 Payments Apr-1984 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) Apr-1984 52.252-1 Solicitation Provisions Incorporated By Reference Feb-1998 52.252-2 Clauses Incorporated By Reference Feb-1998 52.253-1 Computer Generated Forms Jan-1991 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders (Deviation) Jun-2010 252.229-7006 Value Added Tax Exclusion (United Kingdom) Jun-1997 252.229-7007 Verification of United States Receipt of Goods Jun-1997 252.229-7008 Relief From Import Duty (United Kingdom) Jun-1997 CLAUSES INCORPORATED BY FULL TEXT 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230 719-554-5250, Fax: 719-554-5299. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) Contract financing will not be provided for this acquisition. The Government will make an award from this request for quote, to the responsible quoter whose quote will be the most advantageous to the Government. The Government reserves the right not to make an award at all. (xv) This acquisition does not have a Defense Priority and Allocations System (DPAS) assigned rating. (xvi) Responding offerors shall include quotations and descriptive literature with their response to allow the Government to make a complete evaluation and appraisal of the offering format is required for your quote. ALL QUOTES ARE DUE BY Four (4) P.M. MOUNTAIN STANDARD TIME (4:00P.M. MST) 25 April 2011. (xii) The Point of Contact for this acquisition is John M. Mittelstedt, 719-567-3453. Quotes can be emailed to john.mittelstedt@schriever.af.mil, or Faxed to 719-567-3438 (send email to confirm document has been received). To ensure the quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted. Thank You, John M. Mittelstedt Contract Specialist 50th Contracting Squadron Schriever AFB, CO. 80912-2116 Phone 719-567-3453 Fax: 719-567-3438 john.mittelstedt@schriever.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-11-T-2003/listing.html)
 
Place of Performance
Address: Great Britain, TSC Oakhanger – F1OLAE, OL-AE 22 SOPS, DCSA RA, Bourdon GU35 9JE, Bourdon, Non-U.S., United Kingdom
 
Record
SN02408487-W 20110326/110324234512-cfa6dae66f09695966c6c20bc9fcad14 (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.