Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

W -- Hybrid SUV Lease

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
FA2860-12-T-0061
 
Archive Date
2/15/2012
 
Point of Contact
Rhonda Y. Coles, Phone: 240-612-5647, Catherine B. Perry, Phone: 240-612-5645
 
E-Mail Address
rhonda.coles@afncr.af.mil, catherine.perry@afncr.af.mil
(rhonda.coles@afncr.af.mil, catherine.perry@afncr.af.mil)
 
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, 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. This solicitation is issued as a Request for Proposal (RFP), Reference Number is FA2860-12-T-0061. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This requirement is set aside 100% for small business. The North American Industry Classification System code is 532112 with a business size standard of $25.5 Million. Base Year: 0001: (15 February 2012- 14 February 2013): One (1) compact SUV Hybrid 4X2 in accordance with the Performance Work Statement. QTY: 1 EA, Unit Price_______Extended Amount___________ Option Period I: 1001: (15 February 2013- 14 February 2014): One (1) compact SUV Hybrid 4X2 accordance with the Performance Work Statement. QTY: 1 EA, Unit Price_______Extended Amount___________ Option Period II: 2001: (15 February 2014- 14 February 2015): One (1) compact SUV Hybrid 4X2 accordance with the Performance Work Statement. QTY: 1 EA, Unit Price_______Extended Amount___________ TOTAL FOR BASE AND TWO OPTION YEARS: ___________. Required delivery is located at 3320 Pennsylvania Avenue, JBA, MD 20762 by 10 February 2012. FOB is destination and the resulting contract will be a firm fixed price. PERFORMANCE WORK STATEMENT 1. SCOPE OF CONTRACT 1.1. The Contractor shall provide for lease one (1) Compact SUV Hybrid 4X2, 2012 year model to Joint Base Andrews, Maryland for a period of one year with two (2) years lease option. This vehicle shall be used in support of the 79 MDW mission. The vehicle 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. The vehicle required under this contract shall be authorized in accordance with AFI 23-302, Vehicle Management and be listed in the Federal Vehicle Standards. 1.2.1. The Contractor shall deliver the vehicle to Joint Base Andrews, MD not later than 10 Feb 2012 in brand new condition. Upon contract termination, the Contractor will make arrangements to pick-up the leased vehicle from Joint Base Andrews, MD. 1.2.2. The Contractor shall provide monthly invoices between the first and fifth of each month 1.2.3. The Contractor will notify the Government pertaining to continuation of services as it pertains to this contract NLT sixty (60) work days of contract expiration. 1.2.4. Any correspondence pertaining to this contract between the Government and Contractor will be conducted with the utmost professionalism and courtesy by all parties at all times. 2. Vehicle Requirements 2.1. MAKE/MODEL: One (1) Compact SUV Hybrid 4X2, 2012 Year Model, 4 door, 5-passenger (Not to exceed 5400 lbs GVWR) 2.2. Specific Requirements 2.2.1. Features: Exterior color will be Black or Dark Blue, Interior will be charcoal or gray material, navigation package (No On-Star), hands-free communication, AM/FM/CD, clock, automatic transmission, minimum V6 engine hybrid or alternative fuel, anti-lock brakes, driver and passenger illuminated visor mirrors, driver and passenger front airbags, front and rear air conditioning, power steering, cruise control, traction control, tilt and telescoping steering wheel, power brakes/anti-lock brakes, power windows, tinted glass, driver and passenger power side mirrors, power door locks, remote keyless entry, rear window defogger, rear window wiper and washer, intermittent windshield wipers, front rear floor mats, lug wrench and spare tire with jack. 2.3. INSTALLATION OF SPECIAL EQUIPMENT OR MARKINGS 2.3.1. The Government may install special equipment (i.e. siren, light bar, radio, pintle-hook, etc.) required by the using activity. The Government shall use portable or non-fixed radios/lights when feasible. 2.3.2. The Government may place non-permanent markings or decals, identifying the using activity, on each side, and or on the front and rear bumpers, of any motor vehicle leased under this contact. The Government shall use markings or decals that are removable without damage to the vehicle. 2.3.3. The Contractor may use placards for temporary identification of vehicles except that the placards may not contain any reference to the Contract that may be construed as advertising or endorsement by the Government of the Contractor. 2.3.4. Installation and removal of special equipment and/or markings/decals shall be at the Government's expense. 3. TAGS AND TITLE 3.1. The vehicle leased under this contract will operate on State of Maryland tags. The Contractor shall complete all actions to acquire and pay for the tags/registration as well as provide the Government documentation (title of certification) necessary to validate acquisition of such tags. 4. INSURANCE COVERAGE 4.1. The Air Force is self-insured. 5. MAINTENANCE 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 Joint Base Andrews. 5.1.2. The Contractor shall submit a written preventative maintenance inspection schedule prior to the commencement of work. The schedule shall be IAW manufacturer's mileage intervals. 5.1.3. Upon completion of each periodic maintenance/inspection, the Contractor shall prepare and submit a written report to the Government 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. 5.1.4. 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. 5.2. 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. 5.3. UNSCHEDULED MAINTENANCE 5.3.1. 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. 5.3.2. 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/failure. 5.3.3. 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. 5.4. ACCIDENT DAMAGES 5.4.1. 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. 5.4.2. The Government shall obtain repair cost from at least 3 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 from the Government on all repairs made when the leased vehicle is returned to the contractor upon expiration of the contract. 5.4.3. The Contractor shall provide to the Government an invoice of all parts, costs and labor hours required to complete repairs on the damaged vehicle. 5.4.4. 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. 5.4.5. 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. 5.4.6. The Contractor shall provide a replacement vehicle of equal size, style and color for any automobile leased hereunder that requires repairs due to accident damage for which the Government is not held liable and 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. 6. GOVERNMENT FURNISHED MATERIALS/TOOLS 6.1. The Government shall provide standard operator care, limited operator maintenance (check fluids, lights) and interior/exterior cleaning of the vehicles. 6.2. The Government shall furnish fuel for the normal daily operations of the vehicles. 7. QUALITY CONTROL 7.1. The Government shall employ quality control program/procedures to identify, prevent and ensure non-recurrence of defective services. Through implementation of the Government's quality control program/procedures, the Government shall receive quality services meeting the requirements of this contract. 8. QUALITY ASSURANCE 8.1. The Government shall periodically evaluate the contractor's performance by appointing a representative(s) to monitor performance to ensure services are received. The Government shall also receive and investigate complaints from various customers located on the installation. The Government representative shall evaluate the contractor's performance through intermittent on-site inspections of the Contractor's quality control program and receipt of complaints from base personnel. The Government may inspect each tasked as completed or increase the number of quality control inspections if deemed appropriate because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if performance dictates. The Contractor shall be responsible for initially validating customer complaints. However, the Government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 8.2. PERFORMANCE OBJECTIVE SUMMARY 8.2.1. The Contractor service requirements are summarized into performance objectives that directly relate to essential items. The performance thresholds briefly describe the minimum acceptance levels of service required for each requirement. These thresholds are critical to Contractor's success. Performance Objectives Reference Performance Standard Provide monthly invoices between the first and fifth of each month. IAW para 1.2.2. 1 defect per quarter Customer Service Relations IAW para 1.2.4. 100% Delivery of Required Vehicle IAW para 1.2.1. 100% on time 9. GOVERNMENT REMEDIES 9.1. The Contracting Officer shall follow FAR 52.212., Contract Terms and Conditions-Commercial Items (Oct 2005), for the Contractor's failure to perform satisfactory services or failure to correct non-conforming services. 10. SECURITY REQUIREMENTS 10.1. The Contractor's employees shall conform to all base regulations and directives pertaining to security, traffic and fire while on this installation. 10.2. The Contractor shall be responsible for the action of any of his subcontractor and his employees who are working on Joint Base Andrews. 11. BASE PASSES 11.1. 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. 12. HOURS OF OPERATION 12.1. The Contractor shall provide the Government with a local or toll free phone number. 12.2. 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. 12.3. 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. 13. APPLICABLE PUBLICATIONS AND FORMS 13.1. The Contractor will provide operator manuals and troubleshooting guides. 14. GENERAL INFORMATION 14.1. 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. 14.2. 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. 14.3. The Government will pay all fines on the 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. 14.4. 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. 14.5. State, Local, Personal Property Taxes; Emission, Inspections, State, Safety Inspections and vehicle registration fees (State Tags) are the responsibility of the Contractor. 15. CONTRACTOR REPRESENTATIVE 15.1. 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. 15.2. 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. 16. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE COMMANDER OF THE 11 WING 16.1. 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 contact 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 (240)612-2176 (2) HP Laser Jet 3050, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.225-7000. All proposals must be received by 12:00 p.m. EST on 31 Jan 2012 by mail to 11 CONS/LGCBA 1500 Perimeter Road, Suite 2780 Joint Base Andrews NAF, MD 20762, or by fax to (240) 612-2176, or via email to rhonda.coles@afncr.af.mil. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: 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: 1. Technical - the capability of the services being offered to satisfy the requirements of the Performance Work Statement (PWS). The offeror shall provide with his/her offer sufficient documentation, specifically addressing paragraphs 2, 2.1, 2.2, and 2.2.1. (Vehicle Requirements and Specific Requirements) of the PWS. The accompanying documentation must be adequate to enable the Government to reasonably evaluate the offeror's ability to successfully perform the requirements of the PWS. 2. Lowest price technically acceptable (LPTA): An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Only those offerors determined to be in compliance with the requirements as stated above will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. No partial proposals or proposals without specifications will be accepted. Non-conformance with this requirement may result in the offerors proposal 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). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follows: 52.203-3, 52.204-9, 52.209-6,52.211-6, 52.212-5(dev), 52.214-34, 52.214-35, 52.217-8: 15 days, 52.217-9: (a) 15 days; 60 days (c) 36 months, 52.223-6, 52.232-18, 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, 252.212-7001 (DEV), 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, and 5352.201-9101 (c): Col Timothy Applegate AFDW/PK, 1500 Perimeter Road, Suite 5750, Joint Base Andrews NAF MD, 20762, phone #240-612-6111. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV), including the following sub-clauses apply to this acquisition: 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.222-3, 52.222-19, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-50, and 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 proposals must be received by 12:00 P.M. Eastern Standard Time (EST) on 31 Jan 2012. Proposals can be mailed to the 11 CONS/LGCBA 1500 Perimeter Road, Suite 2780 Joint Base Andrews NAF, MD 20762, faxed to (240) 612-2172 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 in writing to Rhonda Y. Coles, Contract Specialist, Phone (240) 612-5647 and must be received no later than 12:00 p.m. EST, 24 Jan 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA2860-12-T-0061/listing.html)
 
Place of Performance
Address: 3320 Pennsylvania Ave, Joint Base Andrews, Maryland, 20672, United States
Zip Code: 20672
 
Record
SN02656076-W 20120120/120118234240-e02e4b8c90939e829786bc84d75f7dda (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.