MODIFICATION
23 -- Lease of an unused 2004 model Sedan
- Notice Date
- 4/1/2004
- Notice Type
- Modification
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFOSR - Air Force Office of Scientific Research, 4015 Wilson Blvd Room 713, Arlington, VA, 22203-1954
- ZIP Code
- 22203-1954
- Solicitation Number
- FA9550-04-R-0002
- Response Due
- 4/13/2004
- Archive Date
- 4/28/2004
- Point of Contact
- Jennifer Bell, Contract Negotiator, Phone 703 696-5933, Fax 703 696-9733, - Karen Millisor, Contracting Officer, Phone (703) 696-9748, Fax (703) 696-9733,
- E-Mail Address
-
jennifer.bell@afosr.af.mil, karen.millisor@afosr.af.mil
- Description
- This amendment corrects the solicitation number in the Description Block to read FA9550-04-R-0002. 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 being issued requesting proposals. A written solicitation will not be issued. (i) The period of performance for this combined synopsis/solicitation is for a closed-end incrementally funded 2-year lease for 2 vehicles. One contract will be awarded for both vehicles though the Government reserves the right not to make any award if it is in their best interest. (ii) The reference number for this procurement is FA9550-04-R-0002. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. (iv) This solicitation is being issued for full and open competition with no set-asides. The associated NAICS code and small business standard size is 532112 and $21.5 million. (v) Line items will be numbered CLIN 0001 and CLIN 0002. CLIN 0001 will be for the lease of one five-passenger Sedan and CLIN 0002 will be for the lease of one seven-passenger Minivan. (vi) CLIN 0001 Specifications: Lease of an unused 2004 model Sedan. This vehicle is to be utilized in and around the Air Force Office of Scientific Research/Arlington, Virginia area. This vehicle shall meet, but is not limited to, the following mandatory requirements: Six cylinder automatic overdrive engine/transmission, power side mirrors, power driver?s seat, power locks, power windows, keyless entry, automatic headlights for safety, anti-lock braking, seating for five people, power assisted brakes, heater/air conditioning, 60/40 split folding rear seat, four doors, driver/passenger and side impact air bags, AM/FM stereo, and all-speed traction control. The lease shall include all scheduled and unscheduled maintenance at a facility within a 25-mile radius of 4015 Wilson Blvd., Arlington VA 22203. Maintenance shall include all materials, parts and labor for services to include oil changes, tune ups, belts, tire repairs, bulbs, windshield wipers, 24-hour roadside assistance, manufacture recalls and any other item necessary to maintain vehicle in good safe operating condition. AFOSR will only be responsible for fuel purchases for the vehicle. The lease shall include insurance for collision, theft or vandalism, glass repair, tire damage due to road hazard, fire, hail, flood, windstorm or any other acts of nature. Insurance shall be for any and all possible drivers from AFOSR; individual names of AFOSR drivers will not be provided. The lease shall include registration and US Government license plates for the vehicle for the duration of the lease. Exterior and interior color shall be a neutral color, i.e., gray. The lease price shall be inclusive of the first 9,000 miles per year at no additional charge. CLIN 0002 Specifications: Lease of an unused 2004 model Minivan. This vehicle is to be utilized in and around the Air Force Office of Scientific Research/Arlington, Virginia. This vehicle shall meet, but is not limited to, the following mandatory requirements: six cylinder automatic overdrive engine/transmission, rear window defroster, AM/FM stereo, ABS brakes, power locks, power windows, power side mirrors, heater/air conditioning, keyless entry, driver and front passenger air bags, right hand and left hand sliding doors, four doors plus rear hatch, side air bags, power driver?s seat, removable and folding rear seats, seating for seven people. The lease shall include all scheduled and unscheduled maintenance at a facility within a 25-mile radius of 4015 Wilson Blvd. Arlington VA 22203. Maintenance shall include all materials, parts and labor for services to include oil changes, tune ups, belts, tire repairs, bulbs, windshield wipers, 24-hour roadside assistance, manufacture recalls and any other item necessary to maintain vehicle in good safe operating condition. AFOSR will only be responsible for fuel purchases for the vehicle. The lease shall include insurance for collision, theft or vandalism, glass repair, tire damage due to road hazard, fire, hail, flood, windstorm or any other acts of nature. Insurance shall be for any and all possible drivers from AFOSR; individual names of AFOSR drivers will not be provided. The lease shall include registration and US Government license plates for the vehicle for the duration of the lease. Exterior and interior color should be a neutral color, i.e., gray. The lease price shall be inclusive of the first 9,000 miles per year at no additional charge. (vii) Mandatory delivery terms of both leased vehicles (CLINs 0001 & 0002) shall be on 6 May 04 at the contractor?s facility which must be located within a 25-mile radius of 4015 Wilson Blvd, Arlington, VA, 22203. If either or both vehicles as specified cannot be delivered by the required date of 6 May 2004, comparable new or used (2000-2004) vehicle(s), in undamaged condition shall be provided at no additional charge starting from 6 May 2004 (not to exceed 12 weeks) until the new vehicles can be delivered. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors ? Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation ? Commercial Items, is applicable to this acquisition. The Government plans to award a contract based on the Performance-Price Trade-Off Best Value Approach. The evaluation will consist of first determining whether an offer meets all mandatory specifications/requirements described above. Then past performance and price will be evaluated, where there may be tradeoffs between past performance and price considerations. Past performance information is being requested from all offerors. Contractors are requested to include at least three past or current relevant (contracts similar to the above requirements) contracts, which they have performed within the last three years. Provide names, phone numbers and addresses of point-of-contacts for each contract provided. Award will be made to the offeror who is deemed responsible IAW the FAR, whose proposal conforms to the above requirements and is judged to represent the best value to the Government. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offer. (xi) FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.225-13, Restriction on Certain Foreign Purchases; and, FAR 52.225-16, Sanctioned European Union Country Services apply to this acquisition. (xii) The following FAR clauses are applicable to this acquisition: FAR 52.212-5, Contract Terms Required To Implement Statutes Or Executive Orders ? Commercial Items along with FAR 52.222-3, 19, 21, 26, 35, 36, 37; and FAR 52.232-33. (xiii) The following clauses are also included in this solicitation and in the contract pursuant to award as addenda to FAR 52.212-4: FAR 52.208-04, Vehicle Lease Payments; FAR 52.208-5, Condition of Leased Vehicles; FAR 52.208-6, Marking of Leased Vehicle; FAR 52.208-7, Tagging of Leased Vehicles; FAR 52.223-11, Ozone Depleting Substances; FAR 52.228-8, Liability and Insurance ? Leased Motor Vehicles; FAR 52.247-30, FOB Origin, Contractor?s Facility. (xiv) Defense Federal Acquisition Regulation Supplement (DFARS) 252-204-7004, Required Central Contractor Registration is applicable to this acquisition in order for potential offerors to be considered for award. Other DFARS Clauses which are applicable to this acquisition include DFARS 252.212-7001; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7036, Buy American Act; and, DFARS 252.247-7023, Transportation of Supplies by Sea, Alt III. (xv) There are no applicable numbered notes. (xvi) Offers are due on 13 April 2004, no later than 2:00 p.m. ET and may be submitted by fax to 703-696-9733 or in person or by mail to the Air Force Office of Scientific Research, 4015 Wilson Blvd, Room 713, ATTENTION: Ms. Jennifer Bell, Arlington, VA, 22203-1954. If your proposal is submitted by fax, please call Ms. Jennifer Bell (see phone number below) to confirm receipt. (xvii) The following individuals are available for questions regarding the solicitation:
- Record
- SN00558243-W 20040403/040401212045 (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 |