Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

W -- Lease of 2012 Chevrolet Suburban or equivalent for Chairman of the Joint Chiefs

Notice Date
11/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
N00174 Naval Surface Warfare Center, Maryland 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017413Q0004
 
Response Due
11/8/2012
 
Archive Date
11/23/2012
 
Point of Contact
Omar Roque 301-744-6607 Omar Roque
 
E-Mail Address
4-6607
 
Small Business Set-Aside
Total Small Business
 
Description
Chairman of the Joint Chiefs of Staff Backup Vehicle This is a combined synopsis solicitation for a commercial product 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; quotes are being requested and a written solicitation will not be issued. This request for quote (RFQ) N00174-13-Q- 0004 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular #05-61. The North American Industry Classification System (NAICS) code is 532112. The Offeror shall provide a firm fixed price offer for a 2012 Chevrolet Suburban or equivalent full size, four-door, all wheel drive (AWD) Sport Utility Vehicle (SUV). UNLESS AVAILABLE VIA Online Representations and Certifications Application (ORCA) THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.219-1 Alt 1 Small Business Program Representative, FAR 52.212-3, Offeror Representation and Certifications “ Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2, Evaluation “ Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation ™s minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions “ Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders “ Commercial Items, with reference to 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13 and 52.232-33. Addendum to 52.212-4 includes DFARS 252.211-7003 Item Identification and Valuation. 52.212-2, Evaluation-Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFQ will be the lowest price technically acceptable offer. All technical factors must be met to be considered acceptable. The following factors shall be used to evaluate offers: (1) Technical Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative and (2) Price. Factor 1: Technical Capability Factor 2: Price FACTOR 1: TECHNICAL CAPABILITY The Offeror shall describe, in detail, how it will meet the requirements of the Statement of Work (SOW). General statements, that the Offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the solicitation ™s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the Technical proposal. The Offeror shall respond with a response attesting to full compliance to the requirements section as outlined in the SOW and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will determine the Offeror ™s Technical score on an acceptable/unacceptable basis. In order for the technical proposal to be considered acceptable it must meet all the technical criteria. FACTOR 2: PRICE Offeror shall provide pricing to include any registration or annual fees. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award after the establishment of a competitive range. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2.) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3.) In addition, for a quote on a comparable commercial item, product literature must be included. 4.) To reiterate, all FAR certifications and representations must also accompany the quote unless available on line. METHODOLOGY At the conclusion of evaluations, the Government will reach a consensus rank for an Offeror ™s Technical information and Price. Offerors are advised that the Government seeks quotes that demonstrate acceptable technical compliance at the lowest price. Award will be made to the Offeror whose proposed quote represents the lowest price offer with acceptable technical proposals. (a) Option periods or quantities: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Any and all questions must be submitted 5 days before close of solicitation. No questions will be accepted after that time. Responses must be received no later than 3:30 p.m. EST on 8-November-2012. Provide responses to Contract Specialist: Omar Roque Code A23F, Naval Sea Systems Command, Naval Surface Warfare Center, Indian Head Division (NSWC IHD), Procurement Division, 4072 North Jackson Road Suite 118, Code A23F Indian Head, MD 20640-5115. Electronic mail address: omar.roque@navy.mil or FAX: 301-744-6670 This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017413Q0004/listing.html)
 
Record
SN02923297-W 20121103/121101234946-8d503cb2187fe7d375f8e190b649900b (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.