SOLICITATION NOTICE
23 -- Vehicle Rental
- Notice Date
- 2/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
- ZIP Code
- 80913-4323
- Solicitation Number
- W911RZ-04-T-0016
- Response Due
- 2/17/2004
- Archive Date
- 4/17/2004
- Point of Contact
- Margaret Wright, (719) 526-0644
- E-Mail Address
-
Email your questions to ACA, Fort Carson
(Margaret.Wright@carson.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. ITEM 0001, 15 Passenger Van Rental, Rental of estimated 50 each, 15-passenger Vans to be utilized in and around Fort Carson/Colorado Springs, Colorado. Actual number of vans and dates ne eded to be specified on individual Delivery Orders. Rate: per day, per week and per month. Mileage: Unlimited. Maintenance: Contractor shall provide materials and services for oil changes; transmission flushes, brake pad re placements, and shall repair or replace any belts, hoses, bulbs or tires that are damaged due to normal wear and tear. The Government will be responsible for providing fuel and for performance of 1st echelon maintenance (i.e. tire pressure, fuel/oil/ anti freeze/window wash levels). Delivery/Pick Up: The vans shall be delivered to Fort Carson Transportation Motor Pool, 5033 Tevis Street, Bldg 301. Date and time will be stated on each Delivery Order. The Government will comply with all pertinent State an d local laws and regulations. ITEM 0002, SUV Rental, Rental of estimated 2 each SUVs to be utilized in and around Fort Carson/Colorado Springs, Colorado. Actual number of SUVs and dates needed to be specified on individual Delivery Orders. Rate: per day, per week a nd per month. Mileage: Unlimited. Maintenance: Contractor shall provide materials and services for oil changes; transmission flushes, brake pad replacements, and shall repair or replace any belts, hoses, bulbs or tires that are damaged due t o normal wear and tear. The Government will be responsible for providing fuel and for performance of 1st echelon maintenance (i.e. tire pressure, fuel/oil/ antifreeze/window wash levels). Delivery/Pick Up: The SUVs shall be delivered to Fort Carson Tran sportation Motor Pool, 5033 Tevis Street, Bldg 301. Date and time will be stated on each Delivery Order. The Government will comply with all pertinent State and local laws and regulations. ITEM 0003, Miscellaneous Costs, i.e., vehicle damage, fuel refill, cleaning, etc. The Government will be responsible for returning vehicles filled with fuel and clean. In the event vehicles are not returned filled with fuel or clean, charges of per gallon and a maximum cleaning fee of will be assessed by the contractor. The Government will be responsible for all violations their drivers receive while operating the contractor's vehicle. Any charges due to neglect must be itemized and submitted to the Contracting Officer before payment can be made. Accidents/Breakdowns: . The Government should call if breakdown/accident occurs. In the event the vehicles sustain damage, the contractor shall immediately notify the Contracting Officer. Actual costs must be itemized and submitted for approval by the Contracting Officer before payment can be made. Clauses incorporated by reference: 52.202-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.204-3 Taxpayer Identification; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 Marking of Leased Vehicles; 52.208-7 Tagging of Leased Vehicles; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, And Other Responsibility Matters; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor s Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 , Contract Terms and Conditions-Commercial Items; 52.219-6 Notice Of Total Small Business Set-Aside; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.228-8 Liability and Insurance - Leased Motor Vehicles; 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7001 Buy American Act And Balance Of Payments Program. Clauses Incorporated by Full Text: 52.212-2 Evaluation Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation wi ll be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: For evaluation purposes only, the government will assume 15 daily orders, 15 weekly orders, and 30 monthly orders. Pric es quoted for each line item will be extended by these quantities and totaled to determine the evaluated price for each quote. These quantities are estimates for evaluation purposes only. Actual quantities ordered may, and probably will, vary based on th e needs of the Government during the contract period. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful off eror 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 th ere are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (a) The Contractor shall co mply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest af ter Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applica ble to acquisitions of commercial items or components: (Contracting Officer shall check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, N otice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___(4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ____(ii) Alternate I to 52.219-5. ____(iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___(8)(i) 52.219-23, Notice of Price Eval uation Adjustment for Small Disadvantaged Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer. ___(ii) Alternate I of 52.219-23. ___(9) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___(10) 52.219-26, Small D isadvantaged Business Participation Program--Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212). _X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X_ (15) 52.222- 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212). ____(16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate o f Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ____(18) 52.225-1, Buy American Act--Supplies (41 U.S.C. 10a-10d). ___(19)(i) 52.2 25-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ____(ii) Alternate I of 52.225-3. ____(iii) Alternate II of 52.225-3. ____(20) 52.225-5, Trade Agreeme nts (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____(21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ____(22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ____(23) 52.225-16, Sanctioned European Union Country Services (E.O.12849). ____(24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). ____(25) 52.232-34, Payment by Electronic Funds Transfer--Oth er than Central Contractor Registration (31 U.S.C. 3332). _X__(26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ____ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ____ (28) 52.247-64, Preference for Privately Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241). ____Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (Contracting Officer check as appropriate.) ____ (1) 52.222-41, Service Contract Act of 1965, As amended (41 U.S .C. 351, et. seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et. seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits App licable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized repre sentative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions relate d to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorte r period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any re sulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finall y resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contr actor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Private ly-Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241)(flow down not required for subcontracts awarded beginning May 1, 1996)., and 5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of clause); 52.216-18 Ordering. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from March 2004 through March 2005 (Actual dates to be inserted at time of award). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If m ailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause); 52.216-19 Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 Van / 1 SUV, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 50 Vans / 2 SUVs; (2) Any order for a combination of items in excess of 50 Vans / 2 SUVs; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Fede ral Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of c lause); 52.216-22 Indefinite Quantity. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimate s only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or servi ces specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order i ssued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with re spect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 2005 [actual date will be completed a t time of award]. (End of clause); 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far. (End of clause); 52.223-5 ALT 1 Pollution Prevention and Right-to-Know Information (Aug 2003).; 252.232-7003 El ectronic Submission of Payment Requests.
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1633 Mekong Street, Building 6222 Fort Carson CO
- Zip Code: 80913-4323
- Country: US
- Zip Code: 80913-4323
- Record
- SN00514258-W 20040204/040202212047 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |