Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
MODIFICATION

23 -- Vehicle Purchasing

Notice Date
8/13/2007
 
Notice Type
Modification
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW Room 5301, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTNH22-07-R00015
 
Response Due
8/22/2007
 
Archive Date
9/6/2007
 
Point of Contact
Larry Gooding, Senior Contract Specialist, Phone 202-366-9557, Fax 202-366-9555, - LaTonya Jenkins, Contracting Officer, Phone 202-366-0542, Fax 202-366-9555,
 
E-Mail Address
larry.gooding@dot.gov, latonya.jenkins@nhtsa.dot.gov
 
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 a written solicitation will not be issued.This solicitation is issued as a Request for Proposal; the solicitation number is DTNH22-07-R-00015. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This procurement is designated for full and open competition. The following price schedule lists those vehicles (and required additional specifications) which are to be acquired and delivered to the designated testing laboratory within the timeframes specified. Contracting Office Address Department of Transportation, National Highway Traffic Safety Administration (NHTSA), 1200 New Jersey Ave, SE, Washington DC 20590 I. 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 a written solicitation will not be issued. This solicitation is issued as a Request for Proposal; the solicitation number is DTNH22-07-R-00015. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This procurement is designated for full and open competition. The following price schedule lists those vehicles (and required additional specifications) which are to be acquired and delivered to the designated testing laboratory within the timeframes specified. II. PRICE SCHEDULE A. The following acronyms, and definitions apply (Refer to ?Body? and ?Type? columns of the Price Schedule.) ?2? Two door ?4? Four door ?4WD? Four Wheel Drive ?5HB? Five door hatch back ?C? Convertible ?MPV? Multi-purpose vehicle ?PC? Pick up and extended cab ?SUV? Sport Utility Vehicle ?SW? Station Wagon B.The following is a list of Test Laboratories where vehicles are to be delivered and their associated locations (Refer to ?Test Lab? column of the Price Schedule.) Calspan 4455 Genesee St. Buffalo, NY 14225 Karco Engineering 9270 Holly Rd Adelanto, CA 92301 MGA Research 5000 Warren Rd. Burlington, WI 53105 TRC 10820 State Route 347 P.O. Box B-67 East Liberty, OH 43319 Medical College Wisconsin Department of Neurosurgery Research Vehicle Crashworthiness Laboratory 9200 West Wisconsin Ave Milwaukee, WI 53226 C.The following is a list of required standard safety equipment with which all vehicles must come equipped. The ?Total Vehicle Price,? as shown in the Price Schedule, must include this equipment. ?Advanced air bag equipped ?Pretenioner ?Energy management system ?Side curtain ?Side head/torso combination ?Adjustable anchorage ?FMVSS 225 certified rear seat/ LATCH equipped ?Side air bag for chest protection ?Automatic Door Locks (ADLS) ?Belt reminders ?Side air bag for head protection ?Advanced air bag systems ?Auto Door locks D. The following is a list of safety equipment which may, on a vehicle by vehicle basis, be required. NHTSA will notify the contractor in the event any of the following equipment are required: ?4-wheel ABS ?Electronic Stability Control ?Transaction control ?Tire pressure Monitor ?Auto-Dimming Rearview Mirror ?Daytime Running lights ?Automatic crash notification PRICE SCHEDULE (Unless Noted Otherwise, all vehicles are Model Year 2008 vehicles)` CLIN Make Model Body Type Test Lab Delivery date *Total Vehicle Price 0001 Nissan 350Z Roadster C PC Calspan 10/15/2007$ 0002 Mercedes-Benz M-Class SUV MPV, 4WD Calspan 10/18/2007 $ 0003 Subaru Impreza 4, SW PC Calspan 10/21/2007 $ 0004 Subaru Impreza 4, SW PC Calspan 11/1/2007 $ 0005 Nissan Pathfinder SUV MPV, 4WD Calspan 11/3/2007 $ 0006 Ford Focus 4 PC Calspan 11/10/2007 $ 0007 Ford Focus 4 PC Calspan 11/15/2007 $ 0008 BMW 5-series 4, SW PC Karco 10/15/2007 $ 0009 BMW 5-series 4, SW PC Karco 10/16/2007 $ 0010 Toyota Camry Solara 2 PC Karco 10/18/2007 $ 0011 Toyota Camry Solara 2 PC Karco 10/22/2007 $ 0012 Honda Accord 2 PC Karco 10/25/2007 $ 0013 Honda Accord 2 PC Karco 10/26/2007 $ 0014 Nissan Frontier King Cab PU Truck 4WD Karco 10/29/2007 $ 0015 Nissan Altima 2 PC Karco 10/30/2007 $ 0016 Nissan Altima 2 PC Karco 11/1/2007 $ 0017 Suzuki SX4 4, 5HB PC Karco 11/2/2007 $ 0018 Suzuki SX4 4, 5HB PC Karco 11/5/2007 $ 0019 Infiniti G35 4 PC Karco 11/6/2007 $ 0020 Infiniti G35 4 PC Karco 11/7/2007 $ 0021 Toyota Sequoia SUV MPV, 4WD Karco 12/1/2007 $ 0022 Lexus IS250/350 4 PC Karco 11/9/2007 $ 0023 Lexus IS250/350 4 PC Karco 11/12/2007 $ 0024 Cadillac CTS 4 PC Karco 11/13/2007 $ 0025 Cadillac CTS 4 PC Karco 11/14/2007 $ 0026 Nissan Armada SUV MPV, 4WD Karco 11/19/2007 $ 0027 Lexus RX350 SUV MPV, 4WD Karco 11/25/2007 $ 0028 Lexus RX350 SUV MPV, 4WD Karco 11/26/2007 $ 0029 Chevrolet Malibu 4 PC Karco 11/27/2007 $ 0030 Chevrolet Malibu 4 PC Karco 11/28/2007 $ 0031 Dodge Avenger 4 PC Karco 11/29/2007 $ 0032 Dodge Avenger 4 PC Karco 11/30/2007 $ 0033 Dodge Ram 1500 PU/RC Truck Karco, 4WD 12/5/2007 $ 0034 Toyota FJ Cruiser SUV MPV MCW, 4WD 10/25/2007 $ 0035 Chrysler Sebring 4 PC MCW 10/26/2007 $ 0036 Toyota Scion tC 2 PC MCW 10/26/2007 $ 0037 Ford Mustang 2 PC MCW 10/27/2007 $ 0038 Dodge Charger 4, SUV PC MCW 10/27/2007 $ 0039 Nissan Altima 4 PC MCW 10/28/2007 $ 0040 Nissan 350Z 2 PC MGA 10/25/2007 $ 0041 Ford Mustang C PC MGA 10/26/2007 $ 0042 Ford Mustang C PC MGA 10/29/2007 $ 0043 Dodge Dakota Quad PU/CC Truck MGA, 4WD 10/30/2007 $ 0044 Toyota Scion xD 4 PC MGA 11/9/2007 $ 0045 Toyota Scion xD 4 PC MGA 11/12/2007 $ 0046 Toyota Yaris Liftback 3HB PC MGA 11/13/2007 $ 0047 Toyota Yaris Liftback 3HB PC MGA 11/14/2007 $ 0048 Ford Focus 2 PC MGA 11/19/2007 $ 0049 Ford Focus 2 PC MGA 11/25/2007 $ 0050 BMW X5 SUV MPV, 4WD MGA 11/26/2007 $ 0051 BMW X5 SUV MPV, 4WD MGA 11/27/2007 $ 0052 Chrysler Sebring C PC MGA 11/28/2007 $ 0053 Chrysler Sebring C PC MGA 11/29/2007 $ 0054 Mercedes-Benz C-Class 4 PC MGA 11/30/2007 $ 0055 Mercedes-Benz C-Class 4 PC MGA 12/3/2007 $ 0056 Nissan Versa 4, 5HB PC MGA 12/4/2007 $ 0057 Toyota 4Runner SUV MPV, 4WD MGA 12/5/2007 $ 0058 Toyota Highlander SUV MPV, 4WD MGA 12/6/2007 $ 0059 Toyota Highlander SUV MPV, 4WD MGA 12/6/2007 $ 0060 Honda Accord 4 PC MGA 12/7/2007 $ 0061 Honda Accord 4 PC MGA 12/7/2007 $ 0062 Dodge Grand Caravan VAN MPV MGA 12/7/2007 $ 0063 Nissan Rogue SUV MPV, 4WD TRC 10/30/2007 $ 0064 Nissan Rogue SUV MPV, 4WD TRC 10/30/2007 $ 0065 Saturn Vue SUV MPV, 4WD TRC 11/5/2007 $ 0066 Saturn Vue SUV MPV, 4WD TRC 11/5/2007 $ 0067 Nissan Sentra 4 MPV TRC 11/7/2007 $ 0068 Jeep Liberty SUV MPV, 4WD TRC 11/7/2007 $ 0069 Jeep Liberty SUV MPV, 4WD TRC 11/9/2007 $ 0070 Infiniti EX35 SUV MPV, 4WD MGA 12/15/2007 $ 0071 Infiniti EX35 SUV MPV, 4WD MGA 12/15/2007 $ 0072 Mitsubishi Outlander SUV MPV, 4WD TRC 12/1/2007 $ 0073 Mitsubishi Outlander SUV MPV, 4WD TRC 12/1/2007 $ 0074 Toyota Corolla (2009) 4 PC Calspan 2/1/2008 $ 0075 Toyota Corolla (2009) 4 PC Calspan 2/1/2008 $ 0076 Nissan Murano (2009) SUV MPV, 4WD MGA 2/3/2008 $ 0077 Nissan Murano (2009) SUV MPV, 4WD MGA 2/3/2008 $ 0078 Mitsubishi Galant (2009) 4 PC TRC 2/3/2008 $ 0079 Mitsubishi Galant (2009) 4 PC TRC 2/3/2008 $ 0080 Mercedes-Benz Smart Car 2 PC Karco 2/5/2008 $ 0081 Mercedes-Benz Smart Car 2 PC Karco 2/5/2008 $ * The ?Total Vehicle Price? for each CLIN appearing in the price schedule shall be inclusive of all costs incurred in acquiring and delivering that CLIN to the designated testing laboratory two weeks prior to the designated test date. CLIN prices shall be fixed, but certain components of those fixed prices are subject to economic price adjustments as follows: ?Acquisition services: The administrative costs incurred in acquiring and delivering the vehicle to the designated laboratory. This would include the cost for labor, overhead, G&A, and profit. The Acquisition Service component shall be fixed at time of contract award and not be eligible for economic price adjustments. ?Storage costs: The contractor may have to arrange for storage of a vehicle prior to that vehicle?s delivery at the testing facility (which must occur 2 weeks prior to the designated test.) These potential storage costs shall be fixed at time of contract award and not be eligible for economic price adjustments. ?Vehicle sales price: The vehicle sales price represents the price the contractor paid for the vehicle as well as all applicable tax and title costs. The vehicle sales price is fixed at time of contract award, but may be subject to either upward, or downward economic price adjustments based upon market conditions existing at the time the vehicle is purchased. In addition, the vehicle sales price may be effected by changes to vehicle specification requirements as may be identified by NHTSA. If price adjustments are necessary, a modification to the contract will be executed in order to reflect the effect of those adjustments on the CLIN price. ?Shipment and delivery costs: The costs incurred by the contractor in transporting and delivering the vehicle to the designated testing facility. These costs are fixed at time of contract award, but may be subject to either upward, or downward economic price adjustments based upon market conditions existing at the time the vehicle is purchased. III. BACKGROUND The National Highway Traffic Safety Administration (NHTSA) is a mode within the US Department of Transportation and is tasked to reduce the number of injuries and fatalities occurring on the nation?s highways. NHTSA?s New Car Assessment Program (NCAP) provides national leadership in planning, developing and initiating new and innovative consumer information programs that are based upon laboratory or full-scale crash tests. These programs generate market forces, which encourage the production of improved passenger motor vehicles and/or occupant protection systems. The ultimate goals of NCAP are to (1) give consumers a measure of the relative safety potential of automobiles and (2) improve occupant safety by providing market incentives for vehicle manufacturers to voluntarily design their vehicles to better protect occupants in a crash and be less susceptible to rollover, rather than by regulatory directives.NCAP was initiated in 1978 with the primary purpose of providing consumers with a measure of the relative safety potential of vehicles in frontal crashes. Side crash test results were added to the program beginning with model year 1997 vehicles. In 2007, one of the provisions of the recently enacted Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA?LU) requires new passenger vehicles to be labeled with safety rating information published by NCAP. In other words, NCAP safety information must appear on new vehicles as soon as possible, as part of the labels required by the Automobile Information Disclosure Act (known as the ?Monroney label? or price sticker). NHTSA is proposing that its ratings be placed on new vehicles within 30 days of notifying a vehicle manufacturer. Because of the requirement, NCAP is faced with the challenge of testing more vehicles under a very tight time schedule. Meeting the challenge requires upgrading the current testing process, which includes NCAP vehicle purchasing procedures. To this end, NHTSA requires that certain specified vehicles be provided to pre-identified laboratories to facilitate timely NCAP testing. This process will assist the agency in meeting its scheduling requirements. IV.OBJECTIVE The objective of this procurement is to award a single contract which ensures that those vehicles identified in the Price Schedule are provided to designated testing laboratories, within the prescribed timeframe, in order to meet the NCAP requirements. V.SPECIFIC REQUIREMENTS Vehicle purchases must meet the specific requirements listed below: 1.Vehicles must meet the specifications, and any modifications made by NHTSA to those specifications, listed in the Price Schedule and awarded Delivery Orders. If a conflict exists between the specifications listed in the Price Schedule and those listed in a Delivery Order, then the Delivery Order specifications shall take precedence. Any deviations from those specifications must be requested in writing to the COTR and Contracting Officer and must receive the COTR?s written concurrence prior to vehicle purchase. The contractor shall be subject to replacement costs for any vehicle that is delivered to the test laboratory that fails to meet the specific requirements listed in the Price Schedule or Delivery Order. 2.Vehicles shall not have been driven more than 200 miles (as evidenced by the vehicle?s odometer) before delivery to a testing facility. 3.Vehicles shall have a full tank of gas upon delivery to the testing laboratory. 4.The Vehicle Price (i.e. final negotiated price of the vehicle excluding tax and title) shall not exceed the manufacturer?s suggested retail price (MSRP). 5.Vehicle purchases shall be conducted in accordance with the procedures specified in the ?Contract Administration, Section VI? portion of this contract. 6.Title to vehicles must be free of any lien and must cite the following as the vehicle owner: U.S. Department of Transportation, National Highway Traffic Safety Administration, NVS-111, 1200 New Jersey Avenue, SE, Washington DC 20590. CONTRACT ADMINISTRATION A.Placing Orders: Contract Line Items (CLINs), listed in the price schedule represent NHTSA?s current known NCAP requirements as of the contract award date. These requirements may change depending upon consumer needs, market conditions, and safety trends; therefore, the contractor shall not purchase any vehicles until such time as a Delivery Order is executed by the NHTSA Contracting Officer per the following procedures: 1.NHTSA will develop a Delivery Order Request for Proposal (RFP). This RFP will identify which Contract Line Items (taken from the price schedule) the contractor must provide. If additional safety equipment will be required, (See Section II.C above) the RFP will so state. A Delivery Order RFP may include as little as one or as many as all the vehicles presented in the price schedule. 2.For each vehicle listed in the Delivery Order RFP, the contractor shall: ?Seek at least three quotes. If three quotes cannot be obtained, the contractor shall explain why. These quotes will establish the ?Vehicle Sales Price? component of the ?Total Vehicle Price.? ?Secure the most advantageous shipment and delivery terms for each vehicle. The price associated with these terms shall establish the ?Shipment and Delivery? component of the ?Total Vehicle Price.? ?The contractor shall add the prices for the ?Acquisition Services? and ?Storage cost? components to arrive at a ?Total Vehicle Price? for each quote received. 3.The contractor shall then identify the winning bid as the one whose ?Total Vehicle Price? is lowest and whose terms and conditions comply with those of this contract and the Delivery Order RFP. 4.The contractor shall then transmit an electronic Delivery Order offer to the Contracting Officer which includes all the vehicles listed in the Delivery Order RFP. The offer shall include the dealers contacted (to include their contact information), quotes received from those dealers, the VIN of the vehicle selected, shipping and delivery cost, and the fixed Acquisition Services and storage costs. The offer shall also include any additional information that may be needed (e.g. reason why fewer than 3 quotes were received.) 5.Upon acceptance of the offer, the NHTSA Contracting Officer will execute and provide a copy of the signed Delivery Order to the contractor. The Contracting Officer?s execution of the delivery order shall serve as authorization for the contractor to fulfill the requirements of that Delivery Order. 6.Upon completion of all requirements of a specified Delivery Order (to include delivery of the vehicle to the prescribed testing laboratory), the contractor may then submit its invoice for that Delivery Order to the address listed in part VI.B of this contract. 7.The government reserves the right to add or delete CLINs, or change specifications, delivery schedules or delivery destinations as they appear in the Price Schedule. Any changes to the Price Schedule shall appear in the Delivery Order. 8.Every Monday ? the contractor shall transmit, via e-mail, a report on the status of each Delivery Order. The report shall include date of the vehicle purchase as well as shipping and delivery status until such time as the vehicle is delivered to, and accepted by the testing laboratory. 9.Every Friday ? the contractor shall transmit a file to the COTR that includes the following information and documentation for each vehicle purchased and delivered: 1) Invoice from dealer; 2) Manufacturer?s invoice; 3) MSO or title; 4) Odometer statement; 5) Copy of the report listed paragraph 8. above that applied to that vehicle. The file shall be sent via FEDEX or other express mail service. Due to increased security concerns, documents transmitted via USPS may be delayed and or damaged; therefore, USPS shall not be used. 10. Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of contract award through twelve (12) months thereafter. 11. If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. All or None: Offerors must submit their proposals based upon the purchase of all CLINs listed in the Price Schedule. Offers which do not propose to supply all CLINS will not be considered for award. 2. Single Award: The government intends to award only one contract resulting from this Request for Proposal. 3. Contractor Capability: The contractor shall describe its plans for: A. Receiving three competitive bids for each vehicle listed in the price schedule; B. Ensuring the purchased vehicle includes those requirements and components specified in the price schedule; C. Ensuring vehicles are shipped via the most cost-effective manner and are delivered to the specified test facilities within the timeframes specified. 4.Past Performance: The offeror shall provide a history of its performance in fulfilling requirements such as the one defined in this Request for Proposal. The offeror shall provide a list of previous customers who can attest to the quality of supplies/ services provided by the offeror. This list shall include the customers? names, Point of contact to include phone number, date(s) on which the services or supplies were provided, and any other information which may assist the contractor in documenting the quality of customer service provided previously. 5.Price: (a) For each contract line item (CLIN) listed in Part II, Price Schedule, of this RFP, and using the Price Evaluation Forms provided at the end of this RFP, the contractor shall provide the applicable Acquisition Services price, Storage costs, Vehicle sales price, and Shipment and delivery costs ( as defined in Part II.) In developing vehicle sales prices, offerors shall include the ?Required Safety Equipment,? as listed in Section II.C. of this solicitation. Prices shall not include safety equipment listed in Section II.D. All prices will be reviewed for price realism. Unrealistic pricing, either too high or too low, may disqualify the offer from consideration for award. Prices listed in the Price Evaluation Forms will be used as the basis for developing the Price Schedule (Section II.) The government will use the ?Total Contract Price? as listed in the Price Evaluation as the basis for price comparison between offers. (b). Contractor Capability and Past Performance, when combined, are as important as price when evaluating proposals. (c) 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 offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. PRICE EVALUATION FORMS (Note: Prices shall be based on Body, Type, Test Lab, Delivery date and required standard safety equipment presented in Part II of this RFP.) For a copy of this written soliciation, please contact Mr. Larry Gooding via phone at 202-366-9557 or via email at larry.gooding.dot.gov
 
Record
SN01370607-W 20070815/070813220547 (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.