Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2008 FBO #2330
SOLICITATION NOTICE

W -- Consolidated Vehicle Lease for N40192-08-Q-9901

Notice Date
4/11/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Marianas, N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019208Q9901
 
Response Due
4/18/2008
 
Point of Contact
Jee Eun Park 671-339-8099 Kim Dobrowolski, 671-339-4911Norma Borja, 671-339-3901
 
Description
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. Solicitation N40192-08-Q-9901 is issued as a Request for Quotation (RFQ). All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This solicitation is set-aside for Small Business Concerns. All responsible sources may submit a response which, if timely received must be considered by the agency. The North American Industries Classification System (NAICS) code is 532112, and the size standard is $23.5 million. Quotation shall include all labor, supervision, tools, equipment, materials, management, transportation and facilities necessary to supply various commercial vehicles with maintenance consisting of: C! LIN 0001 Vehicle Lease IDIQ for the base period; CLIN 1001 Vehicle Lease IDIQ for the first option period; CLIN 2001 Vehicle Lease IDIQ for the second option period (Attachment 1). The work shall be performed in accordance with the attached Statement of Work (Attachment 2). Original Standard Form 1449 Solicitation/Contract/Order for Commercial Items will be issued for a minimum period not to exceed 12 months after the date of award. The Government has the option of extending the contract for two additional 12 month periods each based on the same terms and conditions as contained in the specification, not to exceed the maximum lease period of 36 months. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Naval Facilities Acquisition Supplement (NFAS) provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-7, Anti-Kickback Procedure! s; FAR 52.208-4, Vehicle Lease Payments; 52.208-5, Condition of Leased Vehicles; 52.208-6, Marking of Leased Vehicles; 52.208-7, Tagging of Leased Vehicles; 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, with additional sub-clauses applicable for this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of segregated facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, and 52.247-64, Preference for Privately Owned U!.S.-Flag Commercial Vessels; 52.225-13, Restrictions on Certain Foreign Purchases; 52.228-8, Liability and Insurance Leased Motor Vehicle; 52.229-3, Federal, State and Local Taxes; 52.217-8, Option to Extend Services; NFAS 5252.201-9300, Contracting Officer Authority; 5252.212-9300, Commercial Warranty; 52.252-2, Clauses Incorporated by Reference (FEB 1998); DFARS 252.212-7001, Contract Terms and Condition Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following additional sub-clauses applicable for this solicitation: 52.203-3, Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002, Requests for Equitable Adjustment; and NFAS 5252.217-9301, Option To Extend the Term of the Contract Services: (a) The Government may extend the term of this contract for a term of one (1) to twelve (12) months by written notice to the Contractor within the performance period specified in the Sch! edule; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. Offerors must maintain the minimum insurance amounts for Workmans Compensation and Employer Liability Insurance, General Liability Insurance, and Automobile Insurance consistent with Government of Guam law. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to OfferorsCommercial Items; 52.212-2, EvaluationCommercial Items with paragraph (a) consisting of the following verbiage: 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: Price and Past Performance. Past performance is approximately equal in importance to price; FAR 52.212-3, Offeror Representations and Certifications Commercial Items, as well as its Alternate I; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. Offeror must include a completed copy of this provision with their proposal. Text versions of all clauses/provisions are given in full text at http://www.acquisition.gov/comp/far/index.html. All responsible contractors are encouraged to submit an offer in response to this solicitation but no later than 4:00pm, local time, on Friday, 18 April 2007 to NAVFAC Marianas Acquisition Dept, Attn: Jee Eun Park, Contract Specialist via facsimile to (671) 339-4955 or email at JeeEun.Park@navfacmar.navy.mil. Written offe! rs (oral offers will not be accepted) on RFP N40192-08-Q-9901 must be submitted to the point of contact identified above. Offerors must submit, as part of their proposal, the following: (1) Vehicle year/make/models identified and lump sum price with prices for the base period and all options; (2) completed copies of FAR 52.212-3 and Alternate I, as well as DFARS 252.212-7000 or Online Representations and Certifications Application (ORCA) record with their proposal. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov.far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, and (3) past performance information. To be eligible to receive an award resulting from this solicitation, offerors are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their proposal. Offerors must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at ! http://www/ccr/gov. This acquisition is unrated in accordance with the Defense Priorities and Allocations System. Further information regarding this solicitation may be directed to the point of contact identified above or E-mailed to JeeEun.Park@navfacmar.navy.mil.***** Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Marianas, PSC 455, Box 195 FPO AP, Santa Rita, GU, 96540-2937, UNITED STATES
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e146ddc6e76ddb73bafaf3193a8dc2fc&tab=core&_cview=1)
 
Record
SN01552932-W 20080413/080411222055-fbe634d7909fd96a68c7b71bba7b43a2 (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.