Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

W -- VEHICLE LEASE SERVICES MCB CAMP BUTLER OKINAWA JAPAN

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008413T0054
 
Response Due
8/9/2013
 
Archive Date
8/24/2013
 
Point of Contact
BAI PERNEY (81)046-816-5715
 
Small Business Set-Aside
N/A
 
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. Solicitation number N40084-13-T-0054 is issued as a request for quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The NAICS code is 532112 - Passenger Car Leasing. This acquisition is for vehicle lease service for eight (8) mid size sedans to be used on Okinawa and one (1) mid size sedan to be used on Camp Fuji Gotemba, Shizuoka, Japan without purchase options at the end of the period. The Contractor shall also provide the vehicle interior cleaning services once every six (6) months. The automobile furnished under vehicle specifications shall be the manufacturer ™s current production in Japan. The vehicles shall be completed with all the necessary operating components and accessories customarily furnished to the general public. The contract requirements are outlined in Enclosure 1, SOW Vehicles. CLIN 0001: Base Year - Provide vehicle lease service for eight (8) mid size sedans to be used on Okinawa and one (1) mid size sedan to be used on Camp Fuji, Gotemba, Shizuoka Prefecture, Japan CLIN 0002: First Option Year - Provide vehicle lease service for eight (8) mid size sedans to be used on Okinawa and one (1) mid size sedan to be used on Camp Fuji, Gotemba, Shizuoka, Japan CLIN 0003: Second Option - Provide vehicle lease service for eight (8) mid size sedans to be used on Okinawa and one (1) mid size sedan to be used on Camp Fuji Gotemba, Shizuoka, Japan The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation. This solicitation is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this solicitation, in accordance with the provisions of the U.S.-Japan Status of Forces Agreement. The following provisions apply to this acquisition: 1) FAR 52.212-1, Instructions to Quoters “ Commercial, 2) FAR 52.212-4, Contract Terms and Conditions “ Commercial Item, 3) FAR 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items, 4) All other provisions and clauses included in Enclosure 3. The Price Proposal Form has been provided in Enclosure 2 to the solicitation. Proposing contractors shall use the Q&A form provided in Enclosure 2 for presenting questions to NAVFAC Far East ™s point of contact, Ms. Bai Perney. The end date for any question submittal shall be Thursday, 30 July 2013, and questions submitted after that time may not be answered. Submitting questions is not required to qualify for award, but is recommended. Proposing contractors must download Enclosure 3 for certain provision terms that must be filled-in and submitted before the closing date for quotes. Proposing contractors shall provide completed copies of both FAR 52.212-3, Alt. I, and DFARS 252.212-7001, or they may reference a current Online Representations and Certification Application (ORCA) record. Proposing contractors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Quoters are required to be registered and current in the Central Contractor Registration (CCR) database. THE DATABASE SYSTEM FOR CCR AND ORCA RECORDS HAS RECENTLY CHANGED; PLEASE LOG ON TO www.sam.gov TO APPLY FOR AN ACCOUNT TO ACCESS AND UPDATE YOUR RECORDS. This combined synopsis/solicitation is also available electronically on the Asia Navy Electronic Commerce Online (NECO) World Wide Web site (https://asia.neco.navy.mil/). In the event any amendments are posted via AsiaNECO prior to the due date, proposing contractors shall acknowledge receipt of all amendments at the time of submitting solicitation packages. BASIS OF AWARD: 1. The solicitation requires the evaluation of price and the following technical factors: The approach to selection of a quoter for this procurement will be pursuant to the lowest priced, technically acceptable offer. Award will be made to the quoter whose proposal offers the lowest price along with acceptable past performance and acceptable technical capabilities. The two evaluation factors are: Factor 1: Technical Acceptability Factor 2: Past Performance Technical Proposal Submission Requirements and Outline: The technical capability of the quoter will be evaluated using "acceptable/unacceptable" decision. Technical capabilities, as described in the solicitation, will consist of: The distinction between experience and past performance is experience pertains to the types of work and volume of work completed by a contractor that are comparable to the types of work covered by this requirement, in terms of size, scope, and complexity. Past performance relates to how well a contractor has performed. 2. Basis of Evaluation and Submittal Requirements for Each Factor. Lowest Price, Technically Acceptable means that the award will be made to the quoter whose price is lowest among all proposals that were deemed to be technically acceptable: -The evaluation factors that establish the requirements of acceptability shall be set forth in the solicitation. The solicitation shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (See FAR 15.10 l-2(b)(l)). (a) Price: (1) Solicitation Submittal Requirements: Enclosure 2-Price Proposal Representations/Certifications-DFAR 252.212-7000 Joint Venture Agreement (if applicable) (2) Basis of Evaluation: The price proposals will be evaluated, from the accuracy and completeness of the proposed price, the ability of the quoter, professionally and managerially, to judge the magnitude and scope of the requirements defined in the specifications. The proposed prices will be evaluated for realism and reasonableness. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: (i) Comparison of proposed prices received in response to the RFQ. (ii) Comparison of proposed prices with the IGCE. (iii) Comparison of proposed prices with available historical information. (iv) Comparison of market survey results. (b) Non-price Factors: a. FACTOR 1-EXPERIENCE (1) Solicitation Submittal Requirements: Use Exhibit "A" (Experience Project Data Sheet) to submit projects for evaluation under Enclosure 5. The quoter ™s experience on vehicle leasing for other commercial or business contracts that are comparable in size to those described in the RFQ. In order to be considered acceptable, the quoter must provide information of experience of the same or substantially similar services as those required in the RFQ. Relevant projects entailed the capability to provide vehicle lease services in a completed project within the last five (5) years with a yen value of at least ¥5,000,000 annual. (2) Basis of Evaluation This factor considers the extent of the quoter's experience and qualifications with contracts within the last five (5) years, involving vehicle leasing for other commercial or business contracts that are comparable in size are comparable in size, similar scope, and complexity as required in the RFQ. This factor also considers the quality of the quoter's performance in carrying out the work required, specifically administrative and workforce management and technical success. b. FACTOR 2- PAST PERFORMANCE (1) Solicitation Submittal Requirements: Use Exhibit "B" (NA VF AC Past Performance Questionnaire (PPQ)) to submit projects for evaluation under Enclosure 5. Quoters shall submit the information for each contract performed within the past five (5) years. Submissions are limited up to four (4) references. Quoters are required to provide PPQs with their proposal as required by the RFQ using the standard NA VF AC PPQ. Quoters shall not incorporate by reference into their proposal PPQs previously submitted for other RFQs/RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. This work should include some or all of the following: the scheduling and dispatching of personnel; scheduled and unscheduled performance of additional activities; personnel & administrative responsibilities, safety program compliance and training, purchasing and coordination of deliverables, and dispensing of materials and equipment, etc., in occupied buildings. If it is a Government project, submit a copy of a performance evaluation (CPAR). The Government will not evaluate any PPQ submitted for a project if an official evaluation (CPAR) exists in the Government database. If required CP AR does not exist in the Government database, or if the quoter does not have completed CPAR such as no signature in reviewing official, the quoter has a right to request CPAR information to the contracting office. If a commercial project, submit a past performance questionnaire (PPQ) Exhibit "B", Past Performance Questionnaire. Quoter shall require their past clients and customers to complete Exhibit "B", Past Performance Questionnaire and submit it as a part of quoter's technical proposal. (2) Basis of Evaluation Proposed projects are performed after July 2008, and must have satisfactory trend of past performance evaluation records. 1. A maximum of three projects will be evaluated for the quoter. Joint Ventures may submit past performance information on six projects; a maximum of three for each member of the joint venture. 2. Projects to be evaluated for the quoter will have been completed from the date of the solicitation's posting or substantially completed within the five-year period specified. The completion date shall include all awarded options. If a project was phased, the phases must he under one contract, not under multiple contracts. The evaluation of past performance will include the contractor's history of reasonable and cooperative behavior, commitment to customer satisfaction, record of conforming to specifications and applicable law; quality of workmanship, record of recommending and adherence to schedule. 3. Quoters were cautioned to submit acceptable references AND contracts. References which cal1llot be contacted and/or verified will not be considered for evaluation. Contracts older than five (5) years will not be evaluated or considered. The Government may contact clients other than those identified. In investigating a quoter's performance, the Government will consider information in the quoter's proposal and information that may be obtained from other sources. 4. An acceptable rating for past performance requires the contractor to have primarily received "acceptable" ratings on performance evaluation of past customers. Technical and past performance, when combined, are approximately equal to cost or price. 3. ADJECTIVAL RATINGS/DEFINITIONS a. The following adjectival ratings and rating definitions will be used to assign an overall rating to each technical proposal and to assign a rating for each technical factor. Use upper case letter ratings for major technical factors as well as the overall rating. The addition of plus (+) or minus (-) to an adjective rating is not allowed. Acceptable (A) -- Factors Other than Past Performance: Proposal clearly meets the minimum requirements of the solicitation. -- Past Performance Factor: The offeror ™s performance of previously awarded relevant contract(s) consistently met contractual requirements. Performance of relevant completed contracts was consistently of adequate or better quality or exhibited a trend of becoming so. The offeror ™s past performance record leads to an expectation of successful performance. Unacceptable (U) -- Factors Other than Past Performance: Proposal does not clearly meet the minimum requirements of the solicitation. -- Past Performance Factor: The offeror ™s performance of previously awarded relevant contracts did not consistently meet contractual requirements. The prior performance being assessed reflected problem(s) for which the offeror either failed to identify or implement corrective actions or for which corrective actions, implemented, or proposed to be implemented, were, or are expected to be, mostly ineffective. The offeror ™s past performance record leads to a strong expectation that successful performance will not be achieved or that it can occur only with greatly increased levels of Government management and oversight. N (Neutral) -- To Be Used Only for Past Performance Factor: The offeror lacks a record of relevant or available past performance history. There is no expectation of either successful or unsuccessful performance based on the offeror ™s past performance record. Other contract administration information is detailed under Enclosure 4. All documents are due no later than Friday, 9 August 2013, by 10:00 Japan Standard Time (UTC + 9 hours). Quotes and supporting documentation must be submitted by the deadline or they shall not be evaluated for award. A reminder that all correspondence should be in English; thank you for your understanding. Electronic copies of all proposal documents (technical and price) are hereby required. All electronic documents should be submitted in Adobe PDF format (*.pdf) unless an alternate format is approved by NAVFAC prior to the due date. Proposing companies may either submit their proposals by: a. Email. No email sent shall be larger than 4 MB in size. If the proposing company must send multiple emails, they must be labeled in the subject as œEmail x of n , where x is the unique number and n is the total number of emails. The time stamp of when the email is received shall be official, so please provide enough time when sending to allow for server delays. b. Postal or Delivery service. Please be advised that mail shall be recorded and dated on the received date, not the send date, so the recommendation for mailing is to ensure enough time for delivery to be made before the due date. All paper copies should be accompanied as well by an electronic version, and should be provided upon a CD or DVD disc (No Flash or Thumb Drives Please). No escort or pick up service for proposals at the main gate of Naval Base Yokosuka can be provided. For Japan mail, the address of the Purchasing Office is: Naval Facilities Engineering Command (NAVFAC) Far East Attn: Ms. Bai Perney, Acquisition Department BLDG 60, 2ND FLOOR, BOX 13, TOMARI-CHO, YOKOSUKA-SHI, KANAGAWA-KEN 238-0001 JAPAN Enclosure 1 “ SOW Vehicle Lease Enclosure 2 “ Price Proposal / Question & Answer Form Enclosure 3 “ Provisions and Clauses Enclosure 4 “ Contract Administration Enclosure 5 “ Experience-PPQ Forms Enclosure 6 “ Invoice and Final Release Forms
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008413T0054/listing.html)
 
Record
SN03111713-W 20130711/130709235807-8504a9d16d2dfd96b4bbc95af1013a39 (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.