Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

W -- Ground Transportation for Kuwait - Package #1

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-16-T-0026
 
Point of Contact
Wilhelmina Booker, Phone: 5406652614, Robert Williams,
 
E-Mail Address
wilhelmina.f.booker@usace.army.mil, Robert.E.Williams@usace.army.mil
(wilhelmina.f.booker@usace.army.mil, Robert.E.Williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Instructions to Offerors Description: (i) This is a combined synopsis/solicitation for a commercial item 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. (ii) The solicitation number is W912ER-16-T-0026 and the solicitation is issued as a Request for Quote (RFQ). (iii) The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://www.arnet.gov/far/.(iv) The associated NAICS code for this acquisition is 532112 and the small business size standard of $38,500,000.00. (v) Quotes must be broken down and prices shown for each of the following Contract Line Item Numbers (CLIN): (vi) The Period of Performance delivery date is Nov 1, 2016 - Oct 31, 2017, plus option periods as stated in the Statement of Work. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. (vii) The provision at 52.212-2, Evaluation - Commercial Items, is applicable to this solicitation. This RFQ utilizes the lowest price technically acceptable (LPTA) source selection method: Award shall be made to the responsible Offeror whose proposal is determined to have the lowest reasonable price and meets the technical requirements in accordance with the statement of work. In evaluating quotes, the Government will consider the following evaluation factor: Price (ix) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor must return a completed copy of this provision with its proposal or certify that it has current representations and certifications at the www.sam.gov website. 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. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. The following items under Clause 52.212-5 are considered checked and applicable to this acquisition: • (1), 52.222-50, Combating Trafficking in Persons, Alternate I • (2) 52.203-6, Restrictions on Subcontracting Sales to the Government with Alternate I. • (3) 52 204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards • (4) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • (5) 52.209-7, Information Regarding Responsibility Matters • (6) 52.209-9, Updates of publicly Available Information Regarding Responsibility Matters • (b) (24) 52.222-19, Child Labor Cooperation with Authorities and Remedies • (b) (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving • (b) (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (xii) THE FOLLOWING FAR PROVISIONS/ CLAUSES APPLY TO THIS ACQUISITION: 52.209-5, Certification Regarding Responsibility Matters; 52.214-34, Submission of Offers in the English Language; 52 214-35, Submission of Offers in U.S. Currency; 52.229-6 Taxes - Foreign Fixed-Price Contracts; 52.232-18, Availability of Funds; 52.233-2, Service of Protest, 52.242-13, Bankruptcy; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-6, Authorized Deviations in Clauses; THE FOLLOWING DFARS PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: 252.201-7000, Contracting Officers Representative; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.209-7001 Disclosure of Ownership or control by the government of a terrorist country; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition; the following items under this clause are considered checked and applicable to this acquisition: • 52.203-3, Gratuities • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • 252.205-7000, Provision of Information to Cooperative Agreement Holders • 252.225-7001(b) (6) (i), Buy American Act and Balance of Payments Program • 252.227-7015(b) (21), Technical Data - Commercial Items • 252.228-7003, Capture and Detention • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • 252.232-7008, Assignment of Claims (Overseas) • 252.232-7010, Levies on Contract Payments • 252.243-7002(b) (26), Request for Equitable Adjustment • 252.247-7023(b) (29), Transportation of Supplies by Sea • 252.247-7024(b) (30), Notification of Transportation of Supplies by Sea • 252.225-7993 Prohibition on Contracting with the Enemy (Deviation 2014-O0008) • 252.232-7003 Electronic submission of payment requests and receiving reports (June 2012) • 252.225-7994 Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations (Deviation 2014-00008) • The Government will make award and payments using US Dollars. Payment will be made by electronic funds transfer (EFT) in accordance with Federal Acquisition Regulation (FAR) clause 52.232-33, Payment by Electronic Funds Transfer-Systems for Award Management • 52.232-18 Availability of Funds • 52.204-13 System for Award Management Maintenance • 52.2017-8 Option to extend Services - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. • 52.217-9 Option to Extend the Term of the Contract The Government may extend the term of this contract by written notice to the Contractor within 60 days (insert the period of time within which the Contracting Officer may exercise the option); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (xiii) (N/A) (xiv) QUOTES ARE TO BE IN US DOLLARS DUE NO LATER THAN AUGUST 29, 2016, 1500HRS, (3:00 PM) EST. (xv) QUOTES ARE TO BE EMAILED TO THE CONTRACT SPECIALISTS AND TO THE CONTRACTING OFFICER. MS. WILHELMINA BOOKER, CONTRACT SPECIALIST wilhelmina.f.booker@usace.army.mil MR. ROBERT WILLIAMS, CONTRACTING OFFICER robert.e.williams@usace.army.mil (xvi) QUESTION AND ANSWER PERIOD WILL CLOSE ON AUGUST 26, 2016 AT 1000HRS, (10:00 AM) EST. QUESTIONS MUST BE SUBMITTED TO THE CONTRACT SPECIALISTS AND THE CONTRACTING OFFICER. wilhelmina.f.booker@usace.army.mil and robert.e.williams@usace.army.mil ATTACHMENTS: 1. Instructions to the Offerors 2. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-T-0026/listing.html)
 
Place of Performance
Address: Kuwait, Kuwait
 
Record
SN04232248-W 20160821/160819234728-44df25ec09a9cebaaa520d646c81e324 (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.