SOURCES SOUGHT
23 -- Vehicle Lease of Neighborhood Electronic Vehicles NEVs for U.S. Army Installations in the Continental U.S., Alaska and Hawaii
- Notice Date
- 12/10/2008
- Notice Type
- Sources Sought
- NAICS
- 532210
— Consumer Electronics and Appliances Rental
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-SS-121008
- Response Due
- 12/19/2008
- Archive Date
- 2/17/2009
- Point of Contact
- Faatalivale Teo-Lewis, 703-693-2141<br />
- Small Business Set-Aside
- N/A
- Description
- This sources sought synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Installation Management Command (IMCOM) intends to procure a fleet of neighborhood electric vehicles (NEVs) for lease to include maintenance service, repair parts and other services as required by the government. The contractor shall provide 24 hours per day, 7 days per week, NEVs on various U.S. Army installations in the continental U.S. possibly including Alaska and Hawaii for the term of the agreement. All vehicles must meet the Buy America Act and Federal and State safety standards and conditions to be considered as a candidate. The contractor shall furnish the necessary vehicles, maintenance, repair parts and other services as stated in the Performance Work Statement (PWS). The capability package for this sources sought/market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas as outlined below. Industry representatives shall used the following NAICS codes when submitting their capability packages: 532112-Passenger Car Leasing, size standard, $25.5 Million; 532120-Truck, Utility Trailer, & RV, size standard, $25.5 Million. Capability packages must not exceed (25 pages total) and must be submitted electronically. Industry responses to questions about this requirement are to be submitted by 2:00 PM EST, Dec 19, 2008. Industry representatives should outline their experiences in the following areas: (1) Quality Control (QC) (2) Delivery (3) Maintenance & Repair and (4) Lease Vehicle Experience. Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) What is your anticipated delivery schedule for approximately 800 leased vehicles after contract award with an estimated award date of 1 April 2009? (2) Past Performance-Does your firm have the relevant past performance within the last three years (include contract numbers, contract types, dollar value of each procurements, point of contracts, and brief description of the work performed)? (3) Request contractor provide the type of passenger/utility vehicles available through your company. (4) Request contractor provide information regarding cost to purchase/lease each type of vehicle (5) What is the minimum length of time a vehicle can be leased? Provide the cost associated with turning in a vehicle before the lease expires. (6) What is the lead time to produce vehicles? (7) What is the largest inventory stock of cars on hand at any given time? (8) Request contractor provide measurements of all NEV vehicles. (9)Request contractor provide measurements of all NEVs vehicles. To assist us in maintaining a list of interested industry representatives, for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, cage code and your business size under the above NAICS code to the POC. A Blanket Purchase Agreement (BPA) is anticipated. The anticipated period of performance will be 12 months with 2 (12) month option periods. The place of performance will be various U.S. Army installations in the continental U.S. possibly including Alaska and Hawaii. Contractor personnel will not require a current clearance. A written Request for Proposal (RFP) will be posted on or about January 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp select the desired RFP and click on the Process button. The Government may revise its acquisition strategy and solicitation requirement based upon industry responses. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Vale Teo-Lewis, at 703-428-0410, Email: faatalivale.teolewis@hqda.army.mil or Toye.Latimore at 703-428-0402, Email Toye.Latimore@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6cb8df8c37c185b6066d50a5047137b5&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
- Zip Code: 20310-5200<br />
- Zip Code: 20310-5200<br />
- Record
- SN01717045-W 20081212/081210221334-6cb8df8c37c185b6066d50a5047137b5 (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 |