Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

W -- Waterbeach Vehicle Lease

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
Reference-Number-HQCE1P51430001
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Description
This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in FAR subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotations are being requested and a written solicitation will not be issued. The refernce number is HQCE1P51430001. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-05 and DFARS DCN 20050726 Edition. All responsible sources shall submit a written proposal, which will be considered. Facsimile submissions will also be accepted. The North American Industry Classification System (NAICS) code for the solicitation is 423110. This combined synopsis/solicitation is restricted to the UK. Item/Services Description: Lease Seadan Vehicle, 4 seater Ford Focus or equal, Qty:12 months from 1 October 2005 through 30 September 2006 (description of service below) Lease Seadn Vehicle, 5 seat Ford Mondeo or equal, Qty: 12 months from 1 October 2005 through 30 September 2006 (description of service below) 1. SERVICES, NON-PERSONAL: Vehicles will be sedans with four doors, 1500 CC engine size or near equal with central locking fitted as standard. The furnished vehicles shall be in good, safe order and serviceable operating condition. It shall be the Contractor?s responsibility to ensure the vehicle supplied complies with all safety laws, ordinance rules and regulations specified by the British Government. Registration and licensing of the vehicles shall be the responsibility of the contractor. The vehicles (including any temporary or permanent replacements) shall: a. Be in safe and serviceable condition. b. Properly registered and licensed and comply with all safety laws, ordinance rules and regulations specified by the British Government. c. Have automatic transmission, air conditioning and dual air bags. d. Use unleaded petrol and have anti-lock brakes. e. Preferable color: Premium Blue, Silver, or Charcoal Grey Metallic. f. To be used for official travel in the UK. g. As a minimum, shall include a spare tyre, tyre changing tools and vehicle jack, an operator?s handbook, an interior AM/FM cassette player, warning triangles and First Aid Kit. 2. Normal Hours of Operation: The contractor shall provide vehicle rental service 24 hours per day, 365 days per year during the contract period of performance. The contractor shall provide a 24 hours per day, seven (7) days per week accident and breakdown notification and response service. The contractor shall provide the contracting officer with the details of this service prior to the contract start date. The contractor shall be available for administrative proposes 0900 ? 1700 hours, Monday through Friday, except on UK holidays. 3. GOVERNMENT-FURNISHED MATERIALS: The Government will provide all fuel, engine oil, tire air, coolant water, and windscreen washing liquids required to operate the vehicles furnished under this contract. The Government will be only responsible for replacing/paying for the cost of replacing, all tires (including removal and installation) and windshields when it has been determined the Government has been negligent. 4. CONTRACTOR?S PROPERTY/LIABILITY: The contractor shall bear the risk of loss or damage to the equipment supplied under this contract, except when such loss or damage is caused by U.S. Government negligence or abuse. Title to the contractor?s equipment and supplies shall be retained by the contractor at all times. 5. INSURANCE: The vehicles are obtained with the U.S. Government providing self-insurance. 6. MAINTENANCE: Maintenance and repairs to keep the vehicles in safe operating condition shall be the responsibility of the contractor, other than providing fuel, engine oil, tire air, coolant water, and windscreen washing liquids along with paying for the cost of replacing all tires (including removal and installation) and windshield which the Government is responsible for. At least annually, the Contractor shall schedule within 3 workdays an annual maintenance service check on the vehicles upon request by the Government. 7. REPLACEMENT VEHICLES: Shall the contractor have a need to collect the leased vehicles in lieu of a replacement, the Government must be in agreement with the exchange and the exchange shall be coordinated through the government at least 3 workdays prior to delivery. The replacement vehicle will be of equivalent specifications as noted for the original leased vehicle. All cost for delivery and collection of the replacement vehicle will be borne by the contractor. 8. DELIVERY: For initial delivery and final collection of the vehicles, the contract price shall include delivery to and collection from the following location: HQ USAFE/A7CW at Stirling House Denny End Rd Waterbeach Cambridge CB5 9QB The contractor shall coordinate delivery with the above organization and shall deliver the vehicle to same for proper acceptance, inspection, and processing to the base fleet. The Transportation Squadron Vehicle Operations Flight will contact the 100 TRANS/LGTO for the purpose of signing the contractor?s receipt for the vehicles. 9. BREAKDOWN/ACCIDENT PROCEDURES: The contractor shall provide a reputable, nationwide, 24 hours per day, seven (7) days per week vehicle accident and breakdown response service (e.g. AA, RAC, etc.) to be used by the Government in the event of a vehicle breakdown and/or accident. Details (e.g. company name, phone number, membership number, etc.) shall be provided in writing to the contracting officer prior to contract start date. In the event of a mechanical failure, the Government representative will call the contractor?s designated vehicle breakdown organization. A replacement vehicle may be requested from the contractor for any vehicle breakdown, which is longer than four (4) hours. The Government reserves the right to have all replacement vehicles delivered by the contractor. In the event the Government decides to pick-up the vehicles, the contractor may release the vehicles to an authorized Government representative at the contractor?s designated facility. Upon receipt of a request for a replacement vehicle, the contractor shall provide it within 24 hours. All pick-up and removal of inoperable vehicles shall be the responsibility of the contractor. Prior to contract start date, the contractor shall provide to the contracting officer a list of contacts (e.g. names, addresses and phone numbers) from whom the Government can seek assistance. 10. ACCIDENTS: In the event of an accident, the contracting officer, the Transportation Squadron Vehicle Operations Flight and the contractor will be informed no later than the next normal workday. 11. CLAIM FOR DAMAGE: All claims for damage, including reimbursement (e.g. windscreens, tire, etc.), caused due to the negligence or fault of the Government shall be submitted to the contracting officer for his/her final decision in accordance with the Disputes Clause Negligence and fault do not include damage caused by ?fair wear and tear?. ?Fair wear and tear? is described as surface scratches and rubs of ?? or less in diameter, paint/rock chips of ?? in diameter or less, chipped windscreens, windows, lamps, and small dents of ?? in diameter or less. FAR provision at 52.211-6 Brand Name or Equal, applies to this requirement. If quote is for an or equal product, specifications of the item must be included in quotation. The provision at 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price offer. FAR 13.106-2, Evaluation of quotations or offerors The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will provide the best value to the government. The government reserves the right to make award to other than the low bidder. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications of Commercial Items. The following clauses also apply to this acquisition: 52.232-18 Availability of Funds, 5352.242-9000 Contractor Access to Air Force Installations, 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), USAFE 5352.225-9100, Submission of offers in other than United States Currency. The full text of these clauses and provisions may be viewed at the following web site: http://farsite.hill.af.mil. All proposals should be clearly marked with the bidders name and reference number. NOTICE: REFERENCE DFARS CLAUSE 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. AS OF 31 MAY 1998, ALL CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY. IT IS THE OFFERORS RESPONSIBILITY TO REGISTER AND/OR CONFIRM THT ALL INFORMATION IN THE REGISTRY IS ACCURATE AND COMPLETE. Bids shall be submitted via fax to 011-44-163852-2260 or email to bethany.schwartzkopf@Lakenheath.af.mil not later than 1400 (2:00 p.m.) GMT, 26 August 2005.
 
Place of Performance
Address: HQ USAFE/A7CW at Stirling House, Denny End Rd, Waterbeach, Cambridge,
Zip Code: CB5 9QB
Country: UK
 
Record
SN00870590-W 20050817/050815212102 (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.