Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

23 -- Lease of Two Sport Utility Vehicles (SUV) 11th Security Forces Squadron

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7012-07-T-0009
 
Response Due
3/28/2007
 
Archive Date
4/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-07-T-0009. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-15. The North American Industry Classification System Code (NAICS) for this acquisition is 532120 with a size standard of $23.5 million. The proposed contract is 100 percent set aside for small business. CONTRACT LINE ITEM NUMBERS: 0001: BASE YEAR: Lease of two (2) new 2007 or 2008 sport utility vehicle (SUV), 4X4, four-door, five-passenger, COLOR: Strata Blue or Black, Chevrolet Trailblazer, Ford Explorer, Grand Cherokee or equivalent from an American manufacturer. QTY: 12 MONTHS, UNIT PRICE: $______________, EXTENDED PRICE: $_________________, MFR/MODEL: ___________________________. Period of Performance for Base Year: 1 April 2007 through 31 March 2008. 1001: OPTION YEAR I: Lease of two (2) new 2007 or 2008 sport utility vehicle (SUV), 4X4, four-door, five-passenger, COLOR: Strata Blue or Black, Chevrolet Trailblazer, Ford Explorer, Grand Cherokee or equivalent from an American manufacturer. QTY: 12 MONTHS, UNIT PRICE: $______________, EXTENDED PRICE: $_________________, MFR/MODEL: ___________________________. Period of Performance for Option Year I: 1 April 2008 through 31 March 2009. If offering an equivalent model, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. Required delivery is located at 361 Thomas Road, Bolling AFB DC 20032 within 5 days after contract award. FOB is destination and the resulting contract will be a firm fixed price. PERFORMANCE WORK STATEMENT FOR LEASE OF TWO (2) SPORT UTILITY VEHICLES (SUV). 1. DESCRIPTION OF SERVICES. 1.1. Scope of Work. Non-personal Services: The contractor shall furnish all personnel, equipment, tools materials, supervision, transportation, labor and other services necessary to lease two (2) new 2007 or 2008 Truck, Sport Utility Vehicle (SUV), 4X4, 4 door, 5-passenger, with 8 cylinder engine for the 11th Security Forces Squadron located on Bolling AFB, DC. The lease term shall be one year from the date of delivery from the contractor and shall include provisions to extend the contract for one (1) additional one year period, at the Government?s option. Monthly rental cost shall include vehicle maintenance, licensing, permits, 24-hour road service and substitute vehicles. Mileage shall be included in the rental fee and is based on an estimated 12,000 miles per year. Vehicle shall have a 3 year/36,000 mile bumper to bumper warranty. The contractor shall perform the necessary repairs and return the vehicle to service within three working days of notification of maintenance requirement. The contractor shall notify the customer, 11th Logistics Readiness Squadron (LRS) if additional time is required. If the contractor cannot repair an equipment item, he/she shall submit a written explanation, within 24 hours, to LRS of the problem, cause, and recommended solution. The contractor shall provide a replacement vehicle when the leased vehicle is in for maintenance for more than one calendar day. 1.2. Vehicle Chassis. The vehicle shall be a Chevrolet Trailblazer, Ford Explorer, Grand Cherokee or equivalent from an American manufacturer. 1.3. Drive Train. The engine shall have an 8-cylinder 5.4L or greater V8 and have alternative fuel capability if available to operate on gasoline, such as E-85 or similar fuels. The transmission shall be automatic 4-speed with automatic overdrive or equivalent. Four wheel drive is required. 1.4. Vehicle requirements. Five passengers, forward facing seating configuration, Power Steering, Power Disk Brakes and ABS. 1.4.1. Interior. The interior shall have the following features: Cruise control, Tilt Steering, Air Conditioning, Cloth Upholstery, Carpet Flooring, Floor Mats, AM/FM Radio with Compact Disc Player (CD), Seating Capacity minimum of 5, First Row individual bucket seats. 1.4.2. Exterior. The exterior shall have the following features: Rearview Mirrors (Foldaway), Skid Plates, Dark Tinted Glass, Remote Keyless Entry, Rear Window Electric, Defroster, Windshield Wipers with washers, Intermittent and Multi Speed, Rear Window Wiper with washers, Intermittent and Multi Speed, Power Windows and Door Locks, Daytime Running Lights, Front Wheel Locking. 1.5. Maintenance. The contractor shall perform maintenance and repairs as necessary on its furnished vehicle and equipment. These tasks shall include, but not be limited to: 1) verify malfunctions and perform a complete inspection using diagnostic test, equipment when required, 2) determine if the malfunction is a result of suspected abuse, and if so, take proper action, 3) maintain all assigned tire repair and servicing equipment in a safe operating condition, 4) ensure strict compliance with safety, 5) lube and oil changes, 6) repairing brakes, 7) adjusting and repairing steering system, 8) performing tune-ups, 9) repairing air conditioning and heating systems, 10) repairing suspension systems, 11) repairing/replacing exhaust system, 12) changing/repairing tires, 13) winterizing vehicles, 14) performing miscellaneous repairs on lights, doors, batteries, radiators, locks, etc; 15) performing bodywork and interior maintenance. 1.5.1. Additional Maintenance. Should bodywork or interior repairs be required due to accident or abuse, beyond normal wear and tear, the contractor shall provide an estimate to LRS. LRS may provide a method of payment (contract or GPC card) to pay the contractor for the repairs. These costs will be separate from the lease costs. 2. SERVICE DELIVERY SUMMARY (SDS): 2.1. Contractor shall perform maintenance and repairs as necessary on its furnished vehicles and equipment; paragraph 1.5; perform periodically. 2.2. Contractor shall provide a replacement vehicle when the leased vehicle is in for maintenance for more than one calendar day; paragraph 1.1; perform 100% of the time. 2.3. Contractor shall perform the necessary repairs and return the vehicle to service within three working days of notification of maintenance requirement; paragraph 1.1; perform 100% of the time. 3. GOVERNMENT-FURNISHED PROPERTY. 3.1. Adding Government Furnished Equipment. Upon the Air Force (AF) taking possession of the vehicles, the AF will outfit the vehicles with a police lighting package and related police equipment. Upon expiration of lease, all Government-furnished equipment will be removed from the vehicles before returning to the contractor. In addition, the vehicles will primarily be used to transport police working dogs. 4. GENERAL INFORMATION. 4.1. Federal Holidays. The following is a list of Federal Holidays observed by this installation: New Years Day, Martin Luther King Jr. Birthday, Inauguration Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. 4.2. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an authorized government representative. 4.3. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractor?s performance using periodic method of surveillance. 4.4. Warranties. The contractor warrants that work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contractor shall remedy at the contractor?s expense any defects noted by the Contracting Officer. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship under this contract. The warranty period shall be one year after the date of completion. Materials provided by the contractor shall be manufacturer?s standard warranty. 4.5. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will select the best overall offer based on Price and descriptive literature. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, ?Offeror Representatives and Certifications-Commercial Items? applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.209-6, 52.211-6, 52.214-31, 52.214-35, 52-217-5, 52.217-8: 15 days, 52.217-9: 15 days; 60 days, 52.219-6, 52.225-13, 52.228-8, 52.232-18, 52.233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, 52.252-6(b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252,232-7003, 252.232-7010, 52.253-1, 252.204-7006, 252.212-7001, 52.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 4:30 P.M. Eastern Standard Time (EST) on 28 March 2007. Quotes can be mailed to the 11th Contracting Squadron/LGCO, 110 Luke Avenue Bldg 5681, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to catherine.perry@bolling.af.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be address to Catherine B. Perry, Contract Specialist, Phone (202) 767-7957, FAX (202) 767-7887 or e-mailed to catherine.perry@bolling.af.mil. POINT OF CONTACT: Catherine B. Perry, Contract Specialist, Phone (202) 767-7957, Fax (202) 767-7887, E-mail: catherine.perry@bolling.af.mil.
 
Place of Performance
Address: 361 Thomas Road, Bolling AFB DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01253083-W 20070318/070316221119 (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.