Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
DOCUMENT

W -- Executive Vehicle Lease of Suburbans - Attachment

Notice Date
6/27/2017
 
Notice Type
Attachment
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A17Q0296
 
Archive Date
7/27/2017
 
Point of Contact
Anthony Zibolski
 
E-Mail Address
y.zibolski@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 12 This is a combined synopsis/solicitation for commercial items 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. The Solicitation VA119A-17-Q-029 is issued as a Request for Quotes (RFQ). This solicitation is being conducted under FAR Part 13 Simplified Acquisition Procedures (SAP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 19, 2017. The NAICS Code is 337112 532112-Passenger Car Leasing. The standard size is $38.5 Million. This requirement is a Firm Fixed Price, 100% Veteran Owned Small Business Set-aside. Questions Due: 07/10/2017 at 10:00 AM Eastern Daylight Time Quote Due Date: 07/13/2017 at 12:00 PM Eastern Daylight Time The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and an addendum is below. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and an addendum is below. See below for further requirements and solicitation details. Contents SECTION B: CONTINUATION FROM STANDARD FORM 1449, BLOCK 18A 4 B.1 CONTRACT ADMINISTRATION DATA 4 B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) 5 B.3 INVOICING INSTRUCTIONS 6 B.4 PRICE/COST SCHEDULE 8 B.5 PERFORMANCE WORK STATEMENT (PWS) 9 SECTION C: CONTRACT CLAUSES 13 C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 13 C.2 52.208-4 VEHICLE LEASE PAYMENTS (APR 1984) 13 C.3 52.208-5 CONDITION OF LEASED VEHICLES (APR 1984) 14 C.4 52.208-6 MARKING OF LEASED VEHICLES (APR 1984) 14 C.5 52.208-7 TAGGING OF LEASED VEHICLES (MAY 1986) 14 C.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 15 C.7 VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 15 C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 16 C.9 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 17 C.10 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) 18 SECTION D CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 27 SECTION E: SOLICITATION PROVISIONS 28 E.1 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 28 E.2 GENERAL INSTRUCTIONS: 29 E.2.1 VOLUME I TECHNICAL CAPABILITY 30 E.2.2 VOLUME II PRICE 31 E.3 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 31 E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) 33 SECTION B: CONTINUATION FROM STANDARD FORM 1449, BLOCK 18A B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: CONTRACTOR: TBD POC: Email: Phone: b. GOVERNMENT: Strategic Acquisition Center Frederick Department of Veterans Affairs 321 Ballenger Creek Center Drive, Suite 125 Frederick, MD 21703 Contracting Officer (CO): Wanda Edwards Email: Wanda.Edwards@va.gov Phone: (240) 215-1642 Contract Specialist (CS): Anthony Zibolski Email: Anthony.Zibolski@va.gov Phone: 240-215-0598 Contracting Officer s Representative (COR): TBD Email: Phone: B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN_OWNED SMALL BUSINESS SET-ASIDE. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement B.3 INVOICING INSTRUCTIONS Submission - In accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests, all invoices shall be submitted electronically. A copy of all invoices shall be provided to the contracting POC identified in section B.1. Tungsten (fka OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requests http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily Submission of Proper Invoice - The following data must be included in an invoice for it to constitute a proper invoice: a. Name and address of the contract b. Invoice date and number c. IFCAP Purchase Order No.: TBD d. Contract No. TBD e. Item number, description, quantity, unit of measure, price, extended price and a total of supplies delivered or services performed. Cumulative billing (per line item and total) Final invoices must be marked FINAL INVOICE Proof of supplies delivered or services performed MUST also be provided. Signature, printed name and title of Government receiving official and date of delivery or performance period must be included. INVOICES THAT DO NOT COMPLY WITH THESE REQUIREMENTS SHALL BE REJECTED. Contractor Remittance Address - All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management, or [ ] 52.232-36, Payment by Third Party Invoice shall be submitted in the arrears - a. Quarterly [ ] b. Semi-Annually [ ] c. Other [X] Monthly, in arears, after review and acceptance by COR B.4 PRICE/COST SCHEDULE ITEM DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 001 Lease of Chevrolet Suburban Contract Period: Base POP Begin: 09-14-2017 POP End: 09-13-2018 4.00 EA ___________ ________ 1001 Lease of Chevrolet Suburban Contract Period: Base POP Begin: 09-14-2018 POP End: 09-13-2019 4.00 EA ___________ ________ 2001 Lease of Chevrolet Suburban Contract Period: Base POP Begin: 09-14-2019 POP End: 09-13-2020 4.00 EA ___________ ________ GRAND TOTAL ________ B.5 PERFORMANCE WORK STATEMENT (PWS) Department of Veterans Affairs (VA) Executive Protection Vehicles SCOPE OF CONTRACT: The contractor shall lease four (4) black in color Chevrolet Suburbans to the Department of Veterans Affairs (VA) for a period of one (1) year with two (2), 12-month option periods. Due to the intended use of these SUV s they cannot have sunroofs. The vehicles must be manufactured in accordance with all Department of Transportation, Interstate Commerce Commission Regulations, and Federal Motor Vehicle Safety Standards. The vehicles will be new with less than 100 miles on the odometer. Vehicles will be in excellent physical condition and mechanically sound, with no visible leaks, or signs of damage. PERIOD OF PERFORMANCE: The required date of delivery is September 14, 2017. The vehicle shall be available for the Government s pickup on the delivery schedule date, which at such time, the term of the initial base year (1st-year) lease shall begin. PLACE OF PERFORMANCE: The Contractor shall have the vehicles available for pickup by VA staff at the Contractor s facility in any location within 50 miles of Washington, DC Metropolitan Area. The vehicle will be garaged at VA Central Office Washington D.C (designated parking garage). CONTRACT TYPE: Firm-Fixed Price VEHICLE REQUIREMENTS: Standard Requirements Make/Model: 2016/2017 Chevrolet Suburban LTZ, 4 Wheel Drive Specific Requirements 2016 or 2017 Chevrolet Suburban LTZ Exterior Black Interior Black, Perforated Leather Seating 2nd Row Bucket Seats Audio System with Navigation AM/FM 20 Polished Aluminum Wheels (Standard ) P275/55R20 All season Black wall Tires (Standard) Estimated Mileage Mileage per year is estimated at 15,000. Excess mileage charge must be documented. SPECIFIC TASKS: Vehicles will meet Government requirements. Pre-delivery inspection of all vehicles will be conducted by the Government prior to acceptance. The Contractor shall invoice the Government monthly in arrears. The Contractor shall maintain manufactures vehicle warranty on all vehicles and notify the Government of any recalls. INSURANCE COVERAGE: The Department of Veterans Affairs is self-insured ACCIDENT DAMAGES: In case of an accident where the cost of repair is less than the cost of replacing the vehicle and requires the repair of the leased vehicle, the Government representative shall notify the contractor and Contracting Officer of the accident. The Government shall obtain repair cost from at least three (3) repair facilities approved by the Contractor. The Government will only select repair facilities authorized by the contractor to make the repairs. The Contractor agrees to accept repairs made by an authorized repair facility as complete, and agrees to release any demand or claim from the Government on all repairs made when the leased vehicle is returned to the contractor upon expiration of the contract. In case of an accident where the cost of repair is greater than the cost of replacing the damaged vehicle, compensation for the value of the damaged vehicle will be paid to the contractor for the purchase price of the vehicle, less the depreciated value during the lapsed contract period. MAINTENANCE: Scheduled Maintenance The Government shall provide all scheduled maintenance on all vehicles leased under this contract. The Contractor shall submit a written preventative maintenance inspection schedule, in English, prior to the commencement of work. The schedule shall be In Accordance With (IAW) manufacturer s mileage intervals. The Government shall replace consumed oils, parts, and components identified in the periodical inspection. This includes, but is not limited to, tires and batteries. Unscheduled Maintenance The contractor shall repair any defects on the leased vehicle caused by vehicle malfunction(s) at no cost to the Government within (5) working days of receiving notice from the Contracting Officer s Representative (COR). The contractor is responsible for all towing and towing cost to/from the maintenance facility if the leased vehicle is inoperable due to mechanical malfunctions/failure The contractor shall provide a replacement vehicle of equal size, style and color for any automobile leased hereunder that requires maintenance or repairs for which the contractor is responsible when such maintenance or repairs cannot be completed within forty-eight (48) hours. The replacement vehicle shall be provided at no additional charge to the Government. The Government shall furnish fuel for the normal daily operations of the vehicles. CONTRACTING OFFICER S REPRESENTATIVE: The Contracting Officer Representative (COR) shall be the technical point of contact for all work related requirements The COR does not have authorization to change, alter, or remove any requirements stated in the performance work statement. The Contracting Officer is the only government-authorized person to change the performance work statement or any resultant contract. QUALITY CONTROL: The Government shall periodically evaluate the contractor s performance by appointing a representative(s) to monitor performance to ensure services are received. PERFORMANCE OBJECTIVE SUMMARY: Performance Objectives Reference Performance Standard Delivery Condition IAW para 1.4 100% of the time Delivery of Required Vehicle IAW para 2.1. 100% on time Provide monthly invoices in arrears IAW para 3.2. 100% of the time DELIVERABLES Deliverable Reference Delivery Date Four (4) Chevrolet Suburbans 1.1 9/14/2017 Written Preventative Maintenance Schedule 9.1.2 9/14/2017 12.0 SECURITY Security clauses are not required for this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17Q0296/listing.html)
 
Document(s)
Attachment
 
File Name: VA119A-17-Q-0296 VA119A-17-Q-0296_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618903&FileName=VA119A-17-Q-0296-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618903&FileName=VA119A-17-Q-0296-000.docx

 
File Name: VA119A-17-Q-0296 FAR Part 13 Brand Name JA -Executive Vehicles - Signed.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618904&FileName=VA119A-17-Q-0296-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618904&FileName=VA119A-17-Q-0296-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04558493-W 20170629/170627234624-5992588646d84f64235b11bc95742b8d (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.