Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

W -- Surburbans - PWS for PAG Suburbans

Notice Date
4/25/2012
 
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, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1632066AL02
 
Archive Date
6/9/2012
 
Point of Contact
Kenneth M Grimsley, Phone: (240) 612-5648, Rhonda Coles, Phone: 240-612-5647
 
E-Mail Address
kenneth.grimsley@afncr.af.mil, rhonda.coles@afncr.af.mil
(kenneth.grimsley@afncr.af.mil, rhonda.coles@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Vechicles required for base us. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) No, F1D1632066AL02. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This requirement is set aside 100% for small business. The North American Industry Classification System code is 532112, with a business size standard of $25.5M. CONTRACT LINE ITEM NUMBERS: Base Year: 0001: Class IV Two Wheel Drive (4X2), Chevrolet Surburbans LS or Equivalent: QTY: 2 EA, UNIT PRICE: tiny_mce_marker________, EXTENDED AMOUNT: tiny_mce_marker_________. Option Period I: 1001: Class IV Two Wheel Drive (4X2), Chevrolet Surburbans LS or Equivalent: QTY: 2 EA, UNIT PRICE: tiny_mce_marker________, EXTENDED AMOUNT: tiny_mce_marker_________. Option Period II: 2001 Class IV Two Wheel Drive (4X2), Chevrolet Surburbans LS or Equivalent: QTY: 2 EA, UNIT PRICE: tiny_mce_marker________, EXTENDED AMOUNT: tiny_mce_marker_________. Option Period III: 3001: Class IV Two Wheel Drive (4X2), Chevrolet Surburbans LS or Equivalent: QTY: 2 EA, UNIT PRICE: tiny_mce_marker________, EXTENDED AMOUNT: tiny_mce_marker_________. Total Value base with three options:___________ Period of performance shall be a base period of 12 months with three 12-month option periods. Interested parties must submit clear and convincing documentation the capabilities to satisfy the requirement specified above and in Performance Work Statement (PWS). The documentation shall include prices and descriptive literature containing sufficient documentation to establish a bona fide capability to meet this requirement. Failure to produce literature will be considered an incomplete quote and will not be evaluated for award. Only written responses will be considered. Required delivery location is at 5016 Menoher Drive, Joint Base Andrews MD 20762 and must be delivered No Later Than 60 days after receipt of the purchase order in brand new condition. FOB is destination and the resulting contract will be firm fixed price. 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 quotes must be received by 2:00 p.m. Eastern Standard Time (EST) on 11 May 2012 by mail to 11 CONS/LGCBA 1500 West Perimeter Road, Suite 2780, Joint Base Andrews NAF, MD 20762, or by fax to (240) 612-5648, or via email to kenneth.grimsley@afncr.af.mil, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government intends to make a single purchase award to the responsible contractor who has the best overall offer based on price and descriptive literature and the offer that is lowest price, technically acceptable able to meet. Quote must be in full compliance to all other requirements set forth in the solicitation who can meet the delivery date specified in the PWS (No Later Than 60 days) after receipt of the purchase order in brand new condition. When evaluated, all evaluation criteria will be weighed equally. Only those offerors determined to be in compliance with the requirements as stated in this solicitation 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 quotes or quotes without specifications will be accepted. Non-conformance with this requirement may result in the offerors quote 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, 52.223-6, 52.23-33, 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, 252.232-7010, 252.243-7001, 52.253-1, 252.204-7006, 252.212-7001 (DEV): 252.232-7003 and 52.243-7001, 252.246-7000, 5352.201-9101 (c): Col Timothy Applegate AFDW/PK 1500 West Perimeter Road, Suite 5750, Joint Base Andrews, MD 20762, phone #240-612-6111. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 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, 52.232-33, 52.233-3, 52.233-4. 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 quotes must be received by 2:00 P.M. Eastern Standard Time (EST) on 25 May, 2012. Proposals can be mailed to the 11 CONS/LGCBA 1500 West Perimeter Road, Suite 2780, Joint Base Andrews MD 20762, faxed to (240) 612-2176 or e-mailed to kenneth.grimsley@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 Ken Grimsley, Contract Specialist, Phone (240) 612-5648 and must be received no later than 12:00 p.m. EST, 16 May 2012. Secondary POC is Rhonda Coles at 240-612-5647 and rhonda.coles@afncr.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D1632066AL02/listing.html)
 
Place of Performance
Address: 5016 Menoher Drive, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02730780-W 20120427/120425235326-0d969d32ba388c9cfd1574cbbbcce92f (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.