Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

W -- Coach Bus Leasing/Rental

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0174
 
Response Due
4/22/2009
 
Archive Date
6/21/2009
 
Point of Contact
James Moreno, 719-526-6619<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. Fort Carson will be awarding a Firm-Fixed Price Contract. 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 proposals (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-30 Effective on January 15, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation is set aside for Total Small Business. The North American Industrial Classification System (NAICS) code for this procurement is 532120 with a small business size standard of $25.5 Million. This solicitation will end on 22 April 2009, at 10:00 a.m. Mountain Standard Time. Proposals shall reference solicitation # W911RZ-09-T-0174, shall be in accordance with the Statement of Work and shall include pricing as follows: Period of Performance: 4 May 2009 to 18 June 2009 CLIN 0001: 47-Pax minimum coach buses, luggage bays, automatic transmission, air conditioning, and onboard restroom facility. Quantity: 8EA (8 Buses for 6 weeks and 3 days) Total Price $___________________ Statement of Work Bus Rental/Leasing I. Specific Requirements 1.1 Vehicle Requirements Coach Type Bus, 47-passenger minimum, 55-passenger maximum, automatic transmission, air conditioning, luggage bays, and onboard restroom facility. All buses must be no older than the current year minus twenty-five (25) All buses must be manufactured in the United States or be manufactured by a designated country on the World Trade Organization Government Procurement Agreement Country list. Fort Carson will provide drivers meeting Army requirements and qualifications. 1.2 Description of Service The contractor shall furnish personnel, equipment, tools, material, supervision, labor and other services necessary to maintain and repair the leased buses. Leasing charges shall include unlimited mileage, bus maintenance, licensing, permits, 24-hour road services and substitute buses. The contractor shall provide a replacement bus when a leased one is down for maintenance or repair for more than three calendar days. The contractor shall perform the necessary maintenance or repairs and return the bus to service within three working days of notification of maintenance or repair requirements. The contractor shall notify the customer if additional time is required. If the Contractor cannot repair the bus the contractor shall submit a written explanation within 48 hours to the customer of the problem, cause and recommended solution. Buses shall not be leased for use outside the State of Colorado. The contractor must ensure that all buses are registered, licensed and insured in accordance with all applicable state and federal laws and regulations. 1.3 Maintenance and Repair The Contractor shall perform minor repairs/maintenance as necessary on its leased buses at Fort Carson when needed. The customer shall transport buses to the vendors facility for scheduled maintenance or services. 1.4 Vehicle Condition Inspection The Contractor and the Government shall perform a joint inspection of each bus upon delivery to the Transportation Motor Pool located at 5033 Tevis Street, Bldg 301, Fort Carson, CO 80902 and upon turn-in of the bus to the Contractor at the contractors facility. The contractor shall have forms on which to record any damages to or items missing from a leased vehicle found during each such inspection and shall provide one copy of the completed form after each such inspection has been performed. No claim for damages to or items missing from a leased vehicle will be honored by the Government unless supported by properly completed delivery and turn-in inspection forms. OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation [Contractor shall submit their proposal on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB Destination and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx] The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be (i) Dates for Period of Performance can be met and (ii) Price. The clause at 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.219-28 Post Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 481219] 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration The following FAR clauses are applicable to this acquisition. 52.204-7 Central Contractor Registration 52.208-5 Condition of Leased Vehicles 52.208-6 Marking of Leased Vehicles 52.212-4 Contract Terms and Conditions-Commercial Items 52.223-5 Pollution Prevention and Right-to-Know Information 52.228-8 Liability and Insurance Leased Motor Vehicles 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference The following DFAR clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.223-7006 Prohibition On Storage and Disposal Of Toxic and Hazardous Materials 252.225-7002 Qualifying Country Sources As Subcontractors 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items applies to this acquisition. Additional DFARs clauses cited in this clause applicable to this acquisition are: 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. All questions must be submitted in writing to Contract Specialist James Moreno at james.moreno@us.army.mil no later than 9:00 am MST on 21 April 2009. Proposals are due NLT 10:00 am MST, 22 April 2009 at the Fort Carson Directorate of Contracting 1676 Evans Street, Bldg 1220, 3rd Floor, Fort Carson CO 80913-5198. Faxed or emailed proposals are acceptable. The assigned Contract Specialist is James Moreno, commercial (719)526-6619, email james.moreno@us.army.mil, or fax (719)526-5333.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2571a6940b5b6ef980c1e6750d47d829&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01796588-W 20090419/090417221529-2571a6940b5b6ef980c1e6750d47d829 (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.