Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2004 FBO #0894
SOLICITATION NOTICE

W -- Vehicle Rental Services

Notice Date
5/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
Reference-Number-APVSWRWA-0052-4
 
Response Due
5/10/2004
 
Point of Contact
Jose Gallagher, Contract Specialist, Phone 612-336-3206, Fax 612-370-2106, - Patricia Harris, Contracting Officer, Phone 612-336-3207, Fax 612-370-2106,
 
E-Mail Address
jose.l.gallagher@usda.gov, patricia.y.harris@usda.gov
 
Description
(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation, APVSWRWA-0052-4, is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. (iv) This requirement is issued under full and open competition. The NAICS code is 532120 and size standard is $18.5 million. (v) This combined synopsis/solicitation contains four contract line item numbers (CLIN) which shall be not to exceed amounts: CLIN 0001, for the rental of 15 extended cab pick-ups from an anticipated May 11th, 2004 through June 15, 2004; CLIN 0002, Option to extend rental of 15 extended cab pick-ups for a not to exceed three month period if needed; CLIN 0003, for the rental of up to 40 cars per day from an anticipated May 11th, 2004 through June 15th, 2004. Offeror to provide pricing on 10 4 cylinder sedans and 30 V6 sedans in accordance with section (vi) of this combined synopsis; CLIN 0004, Option to extend rental of 40 mid-size sedans for a not to exceed three month period if needed. Offeror to provide pricing on 10 4 cylinder sedans and 30 V6 sedans in accordance with section (vi) of this combined synopsis. (vi) The minimum requirements/specifications of the Extended cab pick-up are as follows: (a) vehicle shall have less than 60,000 miles; (b) vehicle shall be no more than three-years-old; (c) vehicle shall have four doors; (d) vehicle shall have less than 20 percent tread use on each of the four tires; (e) vehicle shall have a V8 engine (f) vehicle shall have no more than a one-year-old transmission. The minimum requirements/specifications of the sedans are as follows: (a) vehicle shall have less than 60,000 miles; (b) vehicle shall be no more than three-years-old; (c) vehicle shall have four doors; (d) vehicle shall have less than 20 percent tread use on each of the four tires; (e) 10 vehicles shall have a 4 cylinder engine and 30 V6 vehicles shall have a V6 engine; (f) vehicle shall have no more than a one-year-old transmission. (vii) The vehicles shall be picked up and located at the Washington State AI surveillance site in Lynden, Washington State. (viii) The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation--Commercial Items. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. (ix) USDA shall utilize the lowest priced technically acceptable offeror method of evaluation where offeror shall be in compliance with the minimum requirements stated in (vi). (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. (xi) 52.212-4, Contract Terms and Conditions—Commercial Items applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following additional FAR clauses are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Quotes are due May 10, 2004 by 2:30 p.m. CST. All responsible businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to (612) 336-3206, Attn: Jose-Luis Gallagher with signed original forwarded by mail to: USDA, APHIS, MRP-BS, ASD, Contracting Butler Square, 5th Floor, 100 N. Sixth Street, Attn: Jose-Luis Gallagher, Minneapolis, MN 55403. Quotes can be e-mailed to jose.l.gallagher@usda.gov. A complete quote will consist of: (1) Price for CLIN 0001 through CLIN 0004 (2) Signature on the page that lists the price (3) Narrative addressing how the proposed vehicles meet the minimum requirements/specifications stated in section (vi) of this combined synopsis (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: jose.l.gallagher@usda.gov. NOTE: Contractor shall: provide only vehicles with unlimited mileage capacity; provide only vehicles up to date on all required inspections; provide roadside assistance within 3 hours of notification and in case of accident rendering vehicle motionless, tow a replacement to location within the same three hour time limit. Federal government official from Washington State site shall contact the contractor prior to picking up the needed vehicle(s). Any requests over and above the minimum requirements of this synopsis must be authorized by the contracting officer. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Contracting/Reference-Number-APVSWRWA-0052-4/listing.html)
 
Place of Performance
Address: 205 4th Street Lynden, WA
Zip Code: 98264
Country: USA
 
Record
SN00581582-F 20040508/040506214239 (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 |
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.