Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

W -- Rental Cars for 811OSS

Notice Date
2/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0068
 
Archive Date
3/22/2012
 
Point of Contact
Chandler S. Lyles, Phone: 3019814243, Rhonda Coles, Phone: 240-612-5647
 
E-Mail Address
chandler.lyles@afncr.af.mil, rhonda.coles@afncr.af.mil
(chandler.lyles@afncr.af.mil, rhonda.coles@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Rental Cars for the 811 OSS 7 February 2012 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number FA2860-12-T-0068 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. All responsible sources may submit an offer to be considered by the agency. 2. The North American Industry Classification System (NAICS) code is 532111 Passenger Car Rental, and the business size standard is $25.5M. 3. The Government will award a firm fixed price contract for Car Rentals for the 811 OSS at Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001 Full Size Car -Period of Performance 14 May - 21 May 2 EA 0002 Full Size Car -Period of Performance 15 May - 21 May 103 EA 0003 Mini Van -Period of Performance 15 May - 21 May 40 EA 0004 Mini Van -Period of Performance 16 May - 21 May 26 EA 0005 15 PAX Van -Period of Performance 15 May - 21 May 5 EA 0006 15 PAX Van -Period of Performance 16 May - 21 May 4 EA 0007 Full Size Car -Period of Performance 16 May - 21 May 78 EA PERFORMANCE WORK STATEMENT 1. SCOPE OF CONTRACT 1.1. The contractor shall provide an estimated two-hundred and fifty-eight (258) various size vehicles to meet aircrew needs for the duration of the Joint Services Open House, with a staggered period of performance beginning 14 May 12 and ending on 17 May 12 as outlined in paragraphs 2.1.1., 2.1.2., 2.1.3. and Appendix 1. 1.2. 11th Logistics Readiness Squadron (LRS) representative will inspect all vehicles upon delivery to ensure interior /exterior is clean and free of debris, full of fuel and to check for damage. 2. VEHICLE REQUIREMENTS 2.1. Contractor must provide full-sized cars, fifteen-passenger vans, and mini-vans. Contractor must provide on-base delivery and removal of all vehicles. Contractor will ensure the vehicles interior and exterior are clean and free of debris, with full tanks of fuel and equipped with local area maps inside each vehicle. 2.1.1. On 14 May 12, the contractor shall deliver two (2) full-sized cars no later than (NLT) 8:00 am, EDT to the Andrews AFB Passenger Terminal parking lot. 2.1.2. On 15 May 12, the contractor shall deliver one-hundred and forty-eight (148) full-sized cars, fifteen-passenger vans, and mini-vans NLT 8:00 am, EDT to the Andrews AFB Passenger Terminal parking lot. 2.1.3. On 16 May 12, the contractor shall deliver one-hundred and eight (108) full-sized cars NLT 8:00 am, EDT to the Andrews AFB Passenger Terminal parking lot. 3. MANAGEMENT AND STAFF PERSONNEL 3.1. Contractor shall provide two (2) representatives on-site to assist 11th LRS liaison for vehicle assignment from 15 May 12 through 17 May 12 and return on 21May 12. 3.2. Contractor shall be responsible for signing out vehicles to incoming aircrews. An active duty liaison will assist in coordinating the rentals and working with the contractor during the entire process. 3.3 Payment will be made via Wide Area Workflow (WAWF); instructions will be in the contract. 4. SECURITY REQUIREMENTS 4.1. All vehicles delivered to the base will be subject to inspection at entry gate, including but not limited to, military working dog searches. All delivery vehicle drivers must possess a valid driver's license, current vehicle registration and insurance for base entry. 5. EMERGENCY PROCEDURES 5.1. In the event of an emergency on Andrews AFB, contract vehicles will come under the authority of the 11th Wing Commander or designated person to assist in an evacuation or as needed for such an emergency. 6. MAINTENANCE AND FUEL REQUIREMENTS 6.1. Contractor will provide and pay for maintenance, towing and replacements, if needed, for contracted vehicles. Arrangements for local maintenance will be made by the contractor with a response time not to exceed thirty (30) minutes. If contracted maintenance determines the vehicle cannot be repaired on-site within two (2) hours, or if conditions can be determined to be such that a delay is unacceptable due to mission requirements, a replacement vehicle will be provided. Contractor shall ensure the vehicle's interior and exterior are clean and free of debris, with full tanks of fuel. The Government retains the right to return the vehicles without refilling the tanks. 7. INSURANCE COVERAGE 7.1. The government shall provide self-insurance. Maintenance or repairs resulting from an accident, abuse or neglect by the driver/user is the responsibility of the Government and will reimburse the contractor for repair cost. Inspection and agreement of any and all damages to all vehicles must be performed prior to vehicles being removed off of base. 8. GOVERNMENT FURNISHED MATERIALS/TOOLS 8.1. Designated parking and storage area on Andrews AFB for inspection and assignment of vehicles. 8.2. Access to the base for drop-off and pick-up. The contractor will coordinate drop-off and pick-up access with 11th LRS and 11th Security Forces Squadron (SFS) representatives. 8.3. 24-hour Point of Contact for any additional issues that may arise during the rental period. 8.4. The Government will reimburse the contractor for moving violations, parking tickets, and any damages to vehicles incurred during the period of performance. Appendix 1 TYPE QUANITY DELIVERY DATE PICKUP DATE Full Size Car 2 14 May 21 May Full Size Car 103 15 May 21 May Mini Van 40 15 May 21 May Mini Van 26 16 May 21 May 15 Pax Van 5 15 May 21 May 15 Pax Van 4 16 May 21 May Full Size Car 78 16 May 21 May 4. Delivery Information FOB: Destination Period of Performance: 14 May 2012 through 21 May 2012 Delivery address: 811 OSS Joint Base Andrews Passenger Terminal Parking Lot. 1811 Menoher Dr. Joint Base Andrews, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-007 - Personnel Security Requirements; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 Command Dr Suite 2780 Joint Base Andrews NAF, MD 20762 7. All quotes must be sent via e-mail to Chandler Lyles at chandler.lyles@afncr.af.mil. Questions shall be submitted no later than 12:00 PM EST, 21 February, 2012. Quotes shall be submitted no later than 12:00 PM EST, 7 March, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0068/listing.html)
 
Place of Performance
Address: 1811 Menoher Dr, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02669418-W 20120209/120207235402-98dc99b04163fa951fd0a0a07f089fe5 (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.