Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

W -- OPTION - Vehicle Fleet

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1 Rock Island Arsenal, Rock Island, IL 61299
 
ZIP Code
61299
 
Solicitation Number
W52P1J-14-R-5002
 
Response Due
2/28/2014
 
Archive Date
8/27/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is W52P1J-14-R-5002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 532112 with a small business size standard of $25.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-28 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The RI Installation Support Contracting CCRC-IS requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 08/01/2014 - 07/31/2015 LI 001: CLIN 0001 - Contractor shall provide fourteen (14) Full size sedans (Gasoline) (2014 Chrysler 300 or Equal) and maintenance/repair services in accordance with PWS ITEM - A specs. See page 8 of PWS., 14, EA; LI 002: CLIN 0002 - Contractor shall provide two (2) Compact Sedans (Alternative/Ethanol E85) (2014 Chrysler 200LX or Equal) and maintenance/repair services in accordance with PWS ITEM-B specs.See page 10 of PWS., 2, EA; LI 003: CLIN 0003 - Contractor shall provide fiftyfive (55) Mini Vans (Front Wheel or All Wheel Drive, Alternative/Ethanol E85),(2014 Chrysler Dodge Grand Caravan or Equal)and maintenance/repair services in accordance with PWS ITEM - C specs See page 11 of PWS., 55, EA; LI 004: CLIN 0004 - Contractor shall provide five (5) Full Size Extended Cargo Vans(Alternative/Ethanol E85),(2014 Ford Express E350 Extended Cargo Van or Equal) and maintenance/repair services in acccordance with PWS ITEM - D specs.See page 12 of PWS., 5, EA; LI 005: CLIN 0005 - Contractor shall provide five (5) Panel Truck - small cargo vans (Flex-Fuel E85 Ethanol),(2014 Ford Express E150 Cargo Van or Equal)and maintenance/repair services in accordance with PWS Item E specs.See page 12 of PWS., 5, EA; LI 006: CLIN 0006 - Contractor shall provide seven (7) Four Wheel Drive (Flex-Fuel E85),(2014 Chevy Tahoe LTZ or Equal) and maintenance/repair services in accordance with PWS ITEM - F specs. See page 13 of PWS., 7, EA; LI 007: CLIN 0007 - Contractor shall provide two (2) Mini Vans, Front Wheel or All Wheel Drive,Handicap Accessibilty (Alternative/Ethanol E85),(2014 Dodge Handicap Van or Equal)and maintenance/repair services in accordance with PWS ITEM - G specs. See page 13 of PWS., 2, EA; Option 1 Period of Performance: 08/01/2015 - 07/31/2016 LI 001: CLIN 1001 - Contractor shall provide fourteen (14) Full size sedans (Gasoline)(2014 Chrysler 300 or Equal)and maintenance/repair services in accordance with PWS ITEM - A specs, Option Year 1., 14, EA; LI 002: CLIN 1002 - Contractor shall provide two (2) Compact Sedans (Alternative/Ethanol E85) (2014 Chrysler 200 LX or Equal) and maintenance/repair services in accordance PWS Item - B specs, Option Year 1., 2, EA; LI 003: CLIN 1003 - Contractor shall provide fiftyfive (55) Mini Vans (Front Wheel or All Wheel Drive, Alternative/Ethanol E85),(2014 Chrysler Dodge Grand Caravan or Equal)and maintenance/repair services in accordance with PWS ITEM - C specs, Option Year 1., 55, EA; LI 004: CLIN 1004 - Contractor shall provide five (5) Full Size Extended Cargo Vans(Alternative/Ethanol E85),(2014 Ford Express E350 Extended Cargo Van or Equal)and maintenance/repair services in acccordance with PWS ITEM - D specs, Option Year 1., 5, EA; LI 005: CLIN 1005 - Contractor shall provide five (5) Panel Truck - small cargo vans (Flex-Fuel E85 Ethanol),(2014 Ford Express E150 Cargo Van or Equal) and maintenance/repair services in accordance with PWS ITEM - E specs, Option Year 1., 5, EA; LI 006: CLIN 1006 - Contractor shall provide seven (7) Four Wheel Drive (Flex-Fuel E85),(2014 Chevy Tahoe LTZ or Equal) and maintenance/repair services in accordance with PWS ITEM - F specs, Option Year 1., 7, EA; LI 007: CLIN 1007 - Contractor shall provide two (2) Mini Vans, Front Wheel or All Wheel Drive,Handicap Accessibilty (Alternative/Ethanol E85),(2014 Dodge Handicap Van or Equal)and maintenance/repair services in accordance with PWS ITEM - G specs, Option Year 1., 2, EA; Option 2 Period of Performance: 08/01/2016 - 07/31/2017 LI 001: CLIN 2001 - Contractor shall provide Fourteen (14) Full size sedans (Gasoline),(2014 Chrysler 300 or Equal)and maintenance/repair services in accordance with PWS ITEM - A specs, Option Year 2., 14, EA; LI 002: CLIN 2002 - Contractor shall provide two (2) Compact Sedans (Alternative/Ethanol E85) (2014 Chrysler 200 LX or Equal)and maintenance/repair services in accordance PWS ITEM - B specs, Option Year 2., 2, EA; LI 003: CLIN 2003 - Contractor shall provide fiftyfive (55) Mini Vans (Front Wheel or All Wheel Drive, Alternative/Ethanol E85,(2014 Chrysler Dodge Grand Caravan or Equal)and maintenance/repair services in accordance with PWS ITEM - C specs, Option Year 2., 55, EA; LI 004: CLIN 2004 - Contractor shall provide five (5) Full Size Extended Cargo Vans(Alternative/Ethanol E85),(2014 Ford Express E350 Extended Cargo Van or Equal) and maintenance/repair services in acccordance with PWS ITEM - D specs, Option Year 2., 5, EA; LI 005: CLIN 2005 - Contractor shall provide five (5) Panel Truck - small cargo vans (Flex-Fuel E85 Ethanol),(2014 Ford Express E150 Cargo Van or Equal) and maintenance/repair services in accordance with PWS ITEM - E specs, Option Year 2., 5, EA; LI 006: CLIN 2006 - Contractor shall provide seven (7) Four Wheel Drive (Flex-Fuel E85),(2014 Chevy Tahoe LTZ or Equal) and maintenance/repair services in accordance with PWS ITEM - F specs, Option Year 2., 7, EA; LI 007: CLIN 2007 - Contractor shall provide two (2) Mini Vans, Front Wheel or All Wheel Drive,Handicap Accessibilty(Alternative/Ethanol E85),(2014 Dodge Handicap Van or Equal)and maintenance/repair services in accordance with PWS ITEM - G specs, Option Year 2., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, RI Installation Support Contracting CCRC-IS intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. RI Installation Support Contracting CCRC-IS is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3eb1729fcd263653ce0dce2eb16d2c79)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03287134-W 20140214/140212234213-3eb1729fcd263653ce0dce2eb16d2c79 (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.