Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

W -- Rental Vehicles for Test

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-07-T-0011
 
Response Due
1/22/2007
 
Archive Date
3/23/2007
 
Small Business Set-Aside
N/A
 
Description
Rental Vehicle combined synopsis/solicitation W91N5R-7004-3001 & 3002 W9115U-07-T- 0011 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 be ing requested and a written solicitation will not be issued. The SIC is 7514. The NAICS code is 532111. This solicitation serves as the Request for Quotation for rental vehicles for use in the Fort Irwin and Barstow- Daggett, CA area. CLIN items are as fo llows: SubCLIN 0001AA: One each full size rental car and one each mid size rental car for pick up at the Las Vegas International Airport on 5 Feb 2007 not later than 1000hrs in the morning and returned on 22 Mar 2007. SubCLIN 0001AB: Six each rental cars t o be picked up on Rt. Irwin at the Landmark Inn on 29 Jan 2007 and returned on 22 Mar 2007. SubCLIN 0001AC: Two each extended cab pick-up trucks to be picked up on Ft. Irwin at the Landmark Inn on 29 Jan 2007 and returned on 22 Mar 2007. SubCLIN 0001AD: Tw o each twelve passenger vans to be picked up on Ft. Irwin at the Landmark Inn on 29 Jan 2007 and returned on 22 Mar 2007. SubCLIN 0001AE: Twenty-two each mid sized sedans, to be picked up on Ft. Irwin at the Landmark Inn on 29 Jan 2007 and returned on 22 Mar 2007. SubCLIN 0001AF: Three each Extended Cab Pick Up Trucks to be picked up on Ft. Irwin at the Landmark Inn on 29 Jan 2007 and returned on 22 Mar 2007. The vendor shall provide additional insurance coverage for the Pick Up Trucks for off road cov erage at Ft. Irwin ranges. Insurance terms and conditions shall be included in your quote. SubCLIN 0002AA: Four each mid sized sedans, to be picked up at Ontario International Airport for usage at Barstow-Daggett, CA on 12 Feb 2007 and returned on 6 Apr 2007. SubCLIN 0002AB: Two each Quad-cab 4wd pick-up trucks, mid sized sedans to be picked up at Ontario International Airport for usage at Barstow-Daggett, CA on 12 Feb 2007 and returned on 6 Apr 2007. The government reserves the right to negotiate any a dvance requirements at the rate provided in the resulting contract. Vehicles supplied shall be in good operational condition and shall be of a vintage no older than 24 months and no more than 36,000 miles. Vehicles must be properly registered for use in t he State of California and have current state safety inspections for the State of California if required. Vendor shall be able to provide replacement vehicles and roadside services within 24 hours of notification. Coordination of vehicle replacements or ot her services will be accomplished in or around the Barstow-Daggett, CA area. Provisions at FAR 52.212-1, Instructions to Offers-Commercial and FAR 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition. If your company/parent company takes part in the U.S. Government Car Rental Agreement Number 3 managed by the Military Surface Deployment and Distribution Command (SDDC), please state if this agreement will be honored. If your company/parent company does not take part in the Ag reement, provide in detail the collision and damage coverage of each vehicle. Inclusion of such coverage will be considered when evaluating the best value to the Government. When responding with a quote, include whether or not your quote includes such a waiver. Quotes shall include all state and local taxes, fees, etc that are applicable. Award will be based on the best value to the Government, which includes rental rates, mileage, waivers, etc. The Government reserves the right to shift rental dates and /or cancel completely. Payment shall be based on usage only. Offerors need to include a complete copy of the provisions at FAR 52.212-3; Offeror wishing to submit a quotation are required to be (registered in CCR, DUNS Number, Cage Code, and Tax ID Numbe r). The clause at 52.212-5, Contract Terms and Conditions req uired to implement Statues of Executive Orders-Commercial Items, applies to this acquisition, clauses include: 52.222-19: Child Labor, 52.222-26: Equal Opportunity, 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, an d 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, 52.232-33: Payment by Electronic Funds Transfer-C entral Contractor Registration. All responsible sources may submit a proposal, which shall be considered. Offers are due before 1600 Hours CST, 22 January 2007. POC is David Higginbottom at (254) 288-9578 or david.higginbottom@otc.army.mil or fax (254) 2 88-2260. Anticipated award date is 23 January 2007.
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN01211232-W 20070114/070114190556 (fbodaily.com)
 
Source
FedBizOpps 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.