SOLICITATION NOTICE
W -- VEHICLE LEASE NAVAIR
- Notice Date
- 4/14/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670
- ZIP Code
- 20670
- Solicitation Number
- N40080-08-Q-3029
- Point of Contact
- Patrick K Riley,, Phone: 301 757-4911
- E-Mail Address
-
patrick.k.riley@navy.mil
- Small Business Set-Aside
- Total Small Business
- 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 N40080-08-Q-3029 is issued as a Request for Quotation (RFQ). 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 consisting of: CLINDescriptionQtyU/I 0001Base Year Vehicle Lease12MO 0002Option Year 1 Vehicle Lease12MO 0003Option Year 2 Vehicle Lease12MO The contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary for the delivery of the leased vehicle with unlimited mileage. The Government has the option of extending the contract for two (2) twelve month periods based on the same terms and conditions as contained in the specification, not to exceed the maximum lease period of 36 months. Modification to lease contract will be issued for any extension for a period of twelve (12) months, not to exceed the maximum lease period of 36 months. The specification is as follows GENERAL REQUIREMENTS: One (1) Sport Utility Vehicle, 4 door, 6 passenger minimum, minimum/maximum of 6000/7400 lbs. GVWR, E85 Ethanol Flexible Fuel, dark tinted windows, automatic transmission, engine type 8 cylinders/4.7 liters, minimum fuel capacity of 26 gallons, running boards, dark tinted glass, remote keyless entry, keyed door locks, rear window electric defroster, wiper – windshield intermittent, power windows and door locks, auxiliary air conditioning, cruise control and tilt steering, air conditioning, carpeted floor, covering, floor mats, AM/FM radio, full size spare tire assembly. Safety Standards: The vehicle shall comply with Federal Motor Vehicle Standards (49 CFR 571) and applicable state safety regulations. In addition, the vehicle shall be equipped with emissions equipment certified for use in any U.S. State. Operation and Maintenance: (1) Vehicle shall be delivered with one complete set of owner/operator’s, and maintenance manuals and (2) The Government will maintain the vehicle under normal operating conditions. Type/Manufacture of Vehicle shall be American made, current model year and new. Demo units will not be considered. Vehicle Color/Finish: All vehicles shall be manufacturer’s standard exterior paint and colors. Warranty: The Contractor shall provide the chassis manufacturer’s commercial warranty and the furnished equipment commercial warranty against parts failure or malfunction due to design, constructions, or installation errors, defective workmanship, and missing or incorrect parts for a minimum of 36 months from date of acceptance. Warranty coverage shall include any defects or shortcomings. The Contractor shall provide a suitable replacement if any vehicle is having major warranty problems/repairs. Replacement vehicle shall be provided upon request at no additional cost to the Government. Marking of Leased Vehicle: The Contractor shall provide the Government all required documents necessary to register and license the vehicle in the state of Maryland. Government Acceptance and/or Rejection of Vehicle: Inspection and Acceptance/Rejection of vehicle will occur within two (2) days after receipt. Vehicles shall be free of defects that may impair serviceability or detract from appearance. If the Government determines that any vehicle furnished is not in compliance with the contract, the Contractor will be notified in writing within two (2) workdays. If the Contractor fails to replace the vehicle or correct the defects, the Government may (a) by contract or otherwise, correct the defect or arrange for the lease of a similar vehicle and shall charge or offset against the Contractor any excess costs occasioned thereby, or may terminate the contract under the default clause. Accidents and Theft: The Government will notify the Contractor within three (3) working days of accidents or theft and will arrange for repairs of accident damage, including damage sustained to a stolen vehicle during the period prior to recovery. The Contractor is required to provide a replacement vehicle during the period the vehicle is out of service. The accrued lease cost for the month in which the accident/theft occurs shall be determined on a pro rated basis for such month. The Government will be responsible for loss of or damage to: (1) leased vehicle, except for normal wear and tear and (2) property of third person, or the injury or death of a third person if the Government is liable for such loss, damage, injury, or death under the Federal Tort Claims Act (28 USC 2671.2680). Mileage: The leased vehicle shall have unlimited mileage for a period of 36 months. Delivery schedule: Vehicle shall be delivered within 30 days of contract award. Delivery address: Vehicle shall be delivered to: Commanding Officer; Naval Air Station; Bldg. 504; ATTN: Kathy Harris; Patuxent River, MD 20670. 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 stated below, 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 twelve (12) months by written notice to the Contractor within the performance period specified in the Schedule; 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. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to OfferorsCommercial Items; 52.212-2, Evaluation--Commercial 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 2:00pm, local time, 24 April 2008 to NAVFAC-WASH, NAS Patuxent River, Acquisition Dept, Attn: Pat Riley, Contract Specialist via facsimile to 301 342-3141 or email at patrick.k.riley@navy.mil. Written offers will not be accepted. 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 Pat Riley at 301 757-4911 / email patrick.k.riley@navy.mil; ***** Contracting Office Address: NAVFAC – Washington; NAS Patuxent River; BLDG 504; 22445 Peary Road; Patuxent River, MD 20670
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e23d62bc110da830d6a5842fe56420a&tab=core&_cview=1)
- Place of Performance
- Address: NAVFAC – Washington, NAS Patuxent River, BLDG 504, 22445 Peary Road, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN01553341-W 20080416/080414215803-32a095384310de8f41395b56b4c156ae (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 |