Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

W -- Vehicle Leasing in Peru, South America

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-Q-0010
 
Response Due
4/19/2012
 
Archive Date
6/18/2012
 
Point of Contact
Amanda Pierce, 309-782-8450
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(amanda.j.pierce@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. This is a combined synopsis/solicitation for commercial services. Request for Quote (RFQ) W52P1J-12-Q-0010 is hereby issued for quotes only and a written solicitation will not be issued. This RFQ is issued as a Full and Open Competition. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. This requirement is for the procurement of rental cars and drivers within the country of Peru, with the primary locations of support in Lima/Pisco, with pick up at Aeropuerto Internacional Jorge Chavez, Lima, Peru. Full details about this requirement can be found in Attachment 0001 - Performance Work Statement (PWS). Offerors are instructed to read the PWS in its entirety and adhere to all of its terms and conditions. Failure to do so will make an offeror ineligible for award. It is anticipated that one (1) Blanket Purchase Agreement (BPA) award will be made as a result of this RFQ. Call Orders will be placed against the BPA award and will give the exact requirements and locations of performance within Peru. Funding will be provided at the Call Order level and not against the BPA award. Services are requested to start no later than 08 May 2012. Additional services may be added as required throughout the base year. The anticipated period of performance for this BPA award will be one (1) base year only. This RFQ is for the following: CLIN 0001: Vehicle Rental Services In accordance with Attachment 0001, Performance Work Statement (PWS), the following types of vehicles are requested: CLIN 0001AA: SUV, four wheel drive, 5 passenger capacity. SUV shall be a Class 8 Vehicle (Full Size SUV 3.5L or higher) such as or equivalent to a Mitsubishi Pajero, Toyota Prado, Nissan Patrol or Dodge Durango. Pricing for CLIN 0001AA should be provided per rental, on an hourly, daily, and weekly basis. CLIN 0001AB: Premium SUV. The Premium SUV shall be a Class 9 Vehicle (4.5L or Higher/Luxury Car) such as or equivalent to a Toyota Land cruiser GXR, Nissan Patrol Super Safari or GMC Yukon. Pricing for CLIN 0001AB should be provided per rental, on an hourly, daily, and weekly basis. CLIN 0001AC: Minivan, 7 passenger capacity. Minivan shall be a Class 5 vehicle such as or equivalent to a Toyota Previa, Chevrolet Uplander, Chevrolet Venture, Ford Winstar, or Hyundai Trajet. Pricing for CLIN 0001AC should be provided per rental, on an hourly, daily, and weekly basis. Please note that all quotes for vehicles must meet all standards of the PWS including registrations, mileage, fuel, etc. CLIN 0002: Driver Services In accordance with Attachment 0001, Performance Work Statement (PWS), in the country of Peru, two (2) drivers are required for each vehicle leased. Drivers must be fluent in English/Spanish, subject to background and security screenings, and have worked with the company for a minimum of one (1) year. Drivers also must have sufficient knowledge and experience driving in the country of Peru. Pricing for CLIN 0002 should be provided per rental (meaning per two (2) drivers each), on an hourly, daily, and weekly basis. CLIN 0003: Fuel Charges In accordance with Attachment 0001, Performance Work Statement (PWS), the vehicles will have a full tank of gas at the time of pick up. The renter is expected to return the vehicle with a full fuel tank or will pay for refueling by the contractor. CLIN 0003 will be a cost reimbursable CLIN, meaning that fuel purchased during the rental period may be reimbursed based on actual use/cost and submission of validated receipts. Pricing for CLIN 0003 is not required for this RFQ, but will be part of the BPA award as a cost reimbursable CLIN. The offeror that has the capabilities to perform the required services and that has the lowest overall quote will win the BPA award for this RFQ. All unsuccessful offerors will be notified immediately following selection of the successful offeror. The following clauses are incorporated by reference: Commercial Service Clauses: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JUN/2008 52.212-2 EVALUATION - COMMERCIAL ITEMS JAN/1999 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I(OCT 2010) APR/2002 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAR/2009 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES EXECUTIVE ORDERS--COMMERCIAL ITEMS FEB/2010 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE NOV/2009 Addendum Clauses: 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE AUG/1996 52.246-4557 MATERIAL INSPECTION AND RECEIVING REPORTS (DD FORM 250) JAN/1995 LOCAL 52.204-7 CENTRAL CONTRACTOR REGISTRATION APR/2008 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS APR/2008 52.228-3 WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) APR/1984 52.242-13 BANKRUPTCY JUL/1995 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR/1984 252.222-7002 COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) JUN/1997 252.225-7041 CORRESPONDENCE IN ENGLISH JUN/1997 252.233-7001 CHOICE OF LAW (OVERSEAS) JUN/1997 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.225-7040 CONTRACTOR PERSONNEL IN THE UNITED STATES CENTRAL COMMAND AREA OF RESPONSIBILITY (DEVIATION 2007-O0010)OCT/2007 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES MAR/2006 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES APR/1984 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters JAN/2011. Inspection and Acceptance and Delivery will be at FOB Destination. Contractors must have a valid Cage Code in order to receive Government contracts. Quotes must be in US Dollars. Payment will be in US Dollars. Signed and dated quotes are due by 9:00 AM USA Central Time on 19 APR 2012. All quotes are to be submitted electronically to the following email address: amanda.j.pierce.civ@mail.mil. Email is the only acceptable method for receiving quotes in regards to this RFQ. Questions shall be addressed electronically only to the following email address: amanda.j.pierce.civ@mail.mil. Phone calls for this RFQ will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e512b1bc2b97f0f51576efdf60ee65d0)
 
Record
SN02720428-W 20120414/120412235109-e512b1bc2b97f0f51576efdf60ee65d0 (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.