SOLICITATION NOTICE
W -- Vehicle Rentals
- Notice Date
- 1/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
- ZIP Code
- 78843-5102
- Solicitation Number
- Reference-Number-F5LGC143550100
- Response Due
- 1/12/2005
- Archive Date
- 1/27/2005
- Description
- (i) 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. (ii) This solicitation (Reference F5LGC143550100) is being issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 effective 1 Jan 05. (iv) This requirement is unrestricted; all responsible sources may submit a quote. The applicable North American Industry Classification System Code (NAICS) is 532111 and the size standard is $21.5 million. (v) There are two line item in this solicitation: CLIN 0001, Item: PROVIDE MID SIZE OR LARGER SEDANS/SUVs, 4-DOOR PICKUP TRUCKS; Quantity: 65; Unit of Measure: Each. CLIN 0002 is an option for additional vehicles, Item: PROVIDE MID SIZE OR LARGER SEDANS/SUVs, 4-DOOR PICKUP TRUCKS; Quantity: not to exceed 10; Unit of Measure: Each. (vi) The Government intends to issue a Not to Exceed (NTE) Purchase Order for the above line item. Quotes shall state the last date for acceptance. The vehicles must be non-smoking. Government personnel will drive the vehicles from Randolph AFB, TX to Laughlin AFB, TX, approximately 170 miles. The vehicles will be delivered with a full tank of gas and free of damage, i.e. cracked windshields, low tire pressure, body damage, etc. The contractor is responsible for furnishing motor oil, antifreeze, washer fluid, and similar items. The contractor shall perform all maintenance on the vehicles and will be responsible for emergency repairs and services. Contractor must be able to respond within four (4) hours of notification for replacement of any vehicle at Laughlin AFB, TX. Any vehicle returned without a full tank of gas will be charged at the end of the contract. There will be unlimited mileage for the state of Texas. Insurance is not required since the Government is self-insured. All state and local laws and regulations are applicable and will be complied with by both parties. (vii) Delivery and return of the vehicles will be made to Building 45 Supply HAZMAT parking lot, south ramp of Randolph AFB, TX. These vehicles will be required for 12 days with delivery on 21 January 2005 by no later than 10:00 a.m., and returned by 2 February 2005 by no later than 5:00 p.m. Some vehicles may be returned earlier and the Government will be billed only for the days the vehicle is in the possession of the Government. Vehicles will be considered returned to the contractor when they are returned to the South Ramp parking lot and the contractor is notified. Early return penalty shall not apply. The contractor must notify the HQ AETC IG points of contact not later than 12:00 p.m., 17 January 2005 to establish the vehicle delivery schedule and provide a list of rental vehicles via E-mail/FAX not later than 19 January 2005 containing the following information: Make, model, license plate number, and rental unit/serial number. HQ AETC IG points of contact are CMSgt Gary Cass (210) 652-1382/4277, E-mail gary.cass@randolph.af.mil and Major Rodney James, (210) 652-5374/4277, E-mail rodney.james@randolph.af.mil. (viii) The following clauses and provisions are incorporated and are to remain in full force in any resultant PO. If a copy of the clauses or provisions is needed they can be found on http://farsite.hill.af.mil: FAR Clause 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2005) applies to this acquisition and is incorporated by reference. It is amended to read: Submit a dated offer to 47 CONS/LGCA, 171 Alabama Ave, Laughlin AFB, TX 78843-5102, Fax (830) 298-4178, or via email to alice.hancock@laughlin.af.mil at or before 1630 CST, 7 January 2005. (ix) The Government will award to the responsible offeror whose quote, conforming to the requirements of this solicitation, offers the lowest price. 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 quote, shall result in a binding contract without further action by either party. (x): FAR Clause 52.212-3, Offerors Representations and Certifications ? Commercial Items (Jan 2005) applies to this acquisition and is incorporated in full text. View this clause on http://farsite.hill.af.mil. (xi) FAR Clause 52-212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003) applies to this acquisition and is incorporated by reference. (xii) The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR Clauses: 52.222-3, Convict Labor (Jun 2003); 52-222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.233-3, Protest After Award (Aug 1996). (xiii) The following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 204-7, Central Contractor Registration (Oct 2003); FAR 52.208-4, Vehicle Lease Payments (Apr 1984); FAR 52.208-5, Condition of Leased Vehicles (Apr 1984); FAR 52.208-6, Marking of Leased Vehicles (Apr 1984); FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award (Jun 1988); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.253-1, Computer Generated Forms (Jan 1991); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.247-7023, Transportation of Supplies by Sea, with Alternate III (May 2002). The following provisions and clauses apply to this acquisition and are incorporated in full text (they can be found on http://farsite.hill.af.mil): FAR 52.204-8, Annual Representations and Certifications (Jan 2005); FAR 52.217-7, Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) with ?by 18 January 2005? inserted; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) with clauses to be checked in paragraphs a and b identified elsewhere in this solicitation. If you have any questions please contact Alice Hancock, Contract Specialist, at (830) 298-5715, email alice.hancock@laughlin.af.mil, or James Weed, Contracting Officer, at (830) 298-5117, email james.weed@laughlin.af.mil.
- Place of Performance
- Address: AETC IG, Building 45, Randolph AFB, Texas
- Zip Code: 78150
- Country: USA
- Zip Code: 78150
- Record
- SN00731463-W 20050109/050107211758 (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 |