Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

W -- Guatemala City, Guatemala NTV Vehicle Lease for 2 SUVs and 2 Pickup Trucks without Drivers

Notice Date
12/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
W912CL12T0002
 
Response Due
12/22/2011
 
Archive Date
2/20/2012
 
Point of Contact
Mary Sue Austin, 210-295-6065
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(mary.austin@us.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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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) The solicitation number is W912CL-12-T-0002, and it is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective November 2, 2011. (iv) This solicitation is being competed as unrestricted. The applicable NAICS code is 532490. (v) List of Contract Line Item Numbers (CLINS), Quantities, Units of Issue and Item Descriptions: CLIN 00001 2 ea Sports Utility Vehicles (SUVs) in excellent mechanical condition and fully operational in support of the 7th Special Forces team in Poptun, Guatemala in accordance with the attached Statement of Work (SOW) from 1 January 2012 - 31 December 2012. CLIN 00002 2 ea Pick-up Trucks in excellent mechanical condition and fully operational in support of the 7th Special Forces team in Poptun, Guatemala, in accordance with the attached PWS, from 1 January 2012 - 31 December 2012. CLIN 00003Possible Damages (deductibles) for rental vehicles in support of 7th Special Forces Team in Poptun, Guatemala. This is only an estimate and only actual damages below the deductible rate or the maximum deductible will be paid per vehicle in case of vehicle damage, IAW Statement of Work. STATEMENT OF WORK Lease of Non-Tactical Vehicles (W/O Drivers) in Guatemala City, Guatemala 1.0 This Statement of Work (SOW) details the lease of Non-Tactical Vehicles (without drivers) required to support 7th Special Forces Group (Airborne) during the conduct of CNT-025 at Poptun, Guatemala. 2.0 Specifications: The Contractor shall furnish all management, supervision, personnel, training, equipment, material, supplies and any other items needed to provide the required commercial vehicles and vehicle support specified herein. 3.0 Description: Lease of Commercial Vehicles for use in and around Guatemala City and Poptun, Guatemala 4.0 Period of Performance: 1 January 2012 - 31 December 2012 5.0 General Location of use: All approved training sites and in the performance of other official duties. The vehicles shall be used to transport personnel and equipment in Guatemala City and the Poptun area. The vehicles shall also be used to transport personnel to and from meetings in the Guatemala City metropolitan area. The Contractor shall provide the type and quantity of commercial vehicles listed below: a. Two (2) 4X4 Sports Utility Vehicles SUVs) with Diesel engine, air conditioning (AC) and heating system, 4 doors, power steering, power brakes and able to accommodate 5-7 passengers. Model year of vehicle must be 2009 or later. Color must be a color other than grey, preferable black. b. Two (2) Dual Cab Truck Vehicles, with Diesel engine, air conditioning (AC) and heating system, 4 doors, and able to accommodate 5 passengers. Model year of vehicle must be 2009 or later. 6.0 Safety: Each vehicles shall be equipped with standard safety equipment as required by local Guatemalan transportation laws, and shall include, at a minimum, headlights, brake lights, seatbelts, rear view mirrors, windshield wipers, parking brake, horn, serviceable spare tire, jack, tire tools and emergency warning device such as emergency warning triangles. Both exterior and interior of the vehicles must be free of excessive soil, rust and damage. 7.0 Insurance: The U.S. Government shall not assume liability for damages or injuries to third parties. The contractor shall provide full coverage insurance for the vehicles specified herein to include liability insurance against theft, road hazards, and accident with a maximum $500.00 deductible. 8. 0 Vehicle Malfunctions: Any vehicle malfunctions shall be corrected by Contractor as stated below: 8.1 The Contractor will be required to provide emergency onsite maintenance support within 24 hours of notification. If repairs cannot be accomplished within 24 hours of notification, the contractor will replace the vehicles with an equivalent model within 36 hours from the original notification. Non-available time for usage of vehicle(s) due to failure to operate will be deducted from contract. Contract modification will be done to adjust contract to reflect any down time due to vehicle non-availability. Vehicle failure is defined as time periods when the vehicle is mechanically inoperative or not safe to operate as defined by the U.S. Government Maintenance Officer. 8.2 In the event of permanent vehicle malfunction, the contractor shall provide replacement vehicles. Required services and maintenance shall be scheduled by the contractor so as not to interfere with mission and training schedule. Operators will not be required to take the vehicles to the vendor maintenance location at any time. The U.S. Government will not provide parts or maintenance support other than maintaining fuel and fluid levels as defined in the operator manual instructions provided with vehicles. 9.0 Cancellations/Additions: The Contracting Officer may change the numbers and type of vehicles required under the awarded contract without penalty with a minimum 24-hour notice and upon issuance of a modification to the contract. The U.S. Government shall only pay for actual services received. 10.0 The U.S. Government is responsible for all fuel costs, road tolls and parking fees associated with the vehicles. 11.0 The Contracting Officer Representative (COR), appointed in writing by the Contracting Officer, will act as the Contracting Officer's representative for technical matters, providing technical direction and discussion as necessary with respect to the contract specifications and/or SOW, and monitoring the progress and quality of contractor performance. The COR is not an Administrative Contracting Officer and does not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract, or to direct the accomplishment of effort which goes beyond the scope of the Statement of Work in the contract. 12.0 It is emphasized that only a Contracting Officer has the authority to modify the terms of the contract, therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the Government. When/if, in the opinion of the contractor, an effort outside the existing scope of the contract is requested, the Contractor shall promptly notify the Contracting Officer in writing. No action shall be taken by the Contractor under such direction unless the Contracting Officer has issued a contractual change or otherwise resolved the issue. (vii) Date and place of delivery and acceptance and FOB point. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-1 ADDENDUM - Paragraph (h) is modified as follows: ALL OR NONE. Only one award will be made as a result of this solicitation. Offers submitted for less than the total quantities of all items in this solicitation will not be considered for award. Paragraph (b) is modified as follows: All offers will be submitted in local Guatemalan currency and itemized per type of vehicle (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. The evaluation criteria to be included in paragraph (a) of that provision, listed in descending order of importance are: (i)technical capability of the item offered to meet the Government requirement (ii)Price (iii)Past performance (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-4 ADDENDUM -Paragraph (g) is modified as follows: "All invoices submitted for payment shall be priced in Guatemalan currency and include required information as directed by the Contracting Officer or COR. The following additional FAR provisions and clauses are applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.214-34 Submission Of Offers In The English Language 52.217-8 Option To Extend Services 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-14 Inconsistency Between English Version and Translation of Contract 52.229-6 Taxes - Foreign Fixed-Price Contracts 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3 Protest After Award 52.333-4 Applicable Law for Breach of Contract Claim 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011)(DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) 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 (DEC 2010) (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 $650,000 ($1.5 million 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 (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (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)). N/A 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) 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using United States Treasury Rates of Exchange from website at: http://www.fms.treas.gov/intn.html#rates in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) (xii) Standard Commercial Warranties - N/A - This is a lease of vehicles, therefore this is not applicable. (xv) Offers are to be sent by email to Lastenia Goldian @ lastenia.goldian.civ@mail.mil, and copy sent by e-mail to Mary Sue Austin @ mary.s.austin2.civ@mail.mil no later than 21 December 2011, 11:00 a.m. Central Daylight Time (CDT). (xvi) The name and telephone number of the individuals to contact for information regarding the solicitation: Lastenia Goldian, Contract Specialist, Com: (210) 295-6019 or e-mail: lastenia.goldian.civ@mail.mil Mary Sue Austin, Contracting Officer, Com: (210) 295-6065 or e-mail: mary.s.austin2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7f8fb57b1c0676116bcdaa025140c2b)
 
Place of Performance
Address: Mission Division (PARC Americas 410th CSB) 4130 STANLEY RD STE 320, Fort Sam Houston TX
Zip Code: 78234-6102
 
Record
SN02636423-W 20111211/111209233752-a7f8fb57b1c0676116bcdaa025140c2b (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.