Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

W -- CUSTOMIZED SURREY BUS LEASE - Bid Schedule - Specifications

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BA9211AL03_RE-POST
 
Archive Date
9/29/2009
 
Point of Contact
Ellizabeth LM Plack, Phone: 210-652-5176
 
E-Mail Address
Ellizabeth.Plack@Randolph.af.mil
(Ellizabeth.Plack@Randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications2 Specifications1 Bid Schedule 1. The 12th Contracting Squadron, Randolph AFB, TX, has a requirement to lease a customized surrey bus in accordance with (IAW) the attached specifications. Award will be made IAW FAR parts 12 and 13 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for a firm fixed-price acquisition made under simplified acquisition procedures for commercial items prepared IAW the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers/proposals are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3BA9211AL03 is issued as a request for quotes (RFQ). This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-22&23 & 2005-31 and Defense Acquisition Circular 20090115. The associated North American Industry Classification System Code (NAICS) is 532120; size standard $25.5 Mill. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items (see paragraph 3 below); 52.212-3 Offeror Representations and Certifications -- Commercial Items, and its Alternate I; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions -- Commercial Items, and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.217-8 Option to Extend Services with fill-in text 15 days; 52.217-9 Option to Extend the Term of the Contract with fill-in text 15 days, 60 days, 48 months; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 3. As prescribed in FAR 12.301(c), the Contracting Officer may insert a provision containing all evaluation factors required and substantially similar to 52.212-2, Evaluation--Commercial Items: 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. Proposal evaluation is an assessment of the proposal and the offeror‘s ability to perform the prospective contract successfully. The Government will evaluate proposals and then assess their relative qualities on the factors specified in this solicitation. The general approach for evaluation is described below. Basis for Award: This is a competitive best value acquisition. Using SAP and following the guidance at FAR 13.106-2, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors IAW 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. The Government will award a contract resulting from this solicitation to the offeror who is deemed responsible and responsive that reflects a complete understanding of the specifications and is judged to represent the best value to the Government based on selection of the technically acceptable offer with the lowest evaluated price, with a proposal that conforms to the solicitation requirements. Award may be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for technical factors. The Government reserves the right to refrain from awarding to any contractor in the event that all offerors progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not considered reasonable or complete. The best value is represented by the lowest priced technically acceptable offer. To be eligible for award, a proposal must meet all technical requirements, conform to all required terms and conditions, and include all information required. The following factors shall be used to evaluate offers: (1) Technical Acceptability (capability of the service offered to meet the agency need): The Technical Proposal will be evaluated on a Technically Acceptable (TA) or Not Technically Acceptable (NTA) basis. Initially, the proposals will be evaluated for technical acceptability, one at a time, beginning with the lowest priced proposal received. Offerors shall provide written evidence of capability to perform the work required IAW the attached specifications. The bus shall meet or exceed and the proposal must address each of the requirements specified in the attached specifications. Deviations from the specifications/standards shall be documented and justified. Proposal shall show sound understanding of requirement. The bus shall be completed to attached specifications. Offerors must propose their delivery schedule. Technical capability shall not exceed 10 pages. (2) Price: Offers shall propose on all items of the attached bid schedule. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. Completeness: The proposal covers all requirements, includes all pricing information required by the solicitation, and the Bid Schedule is completed as required. Price will be evaluated to determine whether the offeror provided sufficient data as required by the solicitation and the Contracting Officer during the evaluation. Reasonableness: Prices are reasonable in comparison to estimates; prior prices paid, and can be supported by suitable estimating techniques. The offeror's proposal will be reviewed to determine if the proposed price is reasonable. The offeror‘s price must be determined fair and reasonable in accordance with FAR 15.404-1(b). The Contracting office may conduct comparative evaluations of offers. Competition will establish price reasonableness. Therefore, since contracting on a firm-fixed-price, comparison of the competitively proposed prices will establish price reasonableness and satisfy the requirement to perform a price analysis; a cost analysis will not be performed. Award of this acquisition may be made without discussions. Therefore, offerors should include their best price in the initial response. Award will be made to the lowest priced offeror whose proposal successfully and clearly demonstrates to the U.S. Government their capability to perform the requirement, being considered Technically Acceptable. If the lowest priced evaluated technically acceptable offer is judged to clearly demonstrate to their capability to perform the requirement, that offer is said to be the most advantageous to the Government and award may be made to that offeror without further consideration of any other offers. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). This criterion evaluates the overall price of the base period plus all option years to the U.S. Government and determines if the proposed price is reasonable and complete. All options will be addressed on the basis of award as a result of this solicitation. The Price will also be evaluated to determine the offeror's understanding of contract requirements as expressed by the solicitation. Any inconsistencies between proposed performance and price must clearly be justified or else the Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between the line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overestimated, as indicated by the application of cost or price analysis techniques. For example, if unique and innovative approaches are the basis for an abnormally low proposed price, considered unbalanced/inconsistent, then the nature of these approaches and their impact to the proposed price must be completely documented. The burden of credibility of price and proof of realism rests solely with the offeror. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 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. 4. The Government reserves the right to award to other than the lowest price proposal. The Government will make an award to the offeror that demonstrates the technical capability to complete the requirement. The Government reserves the right to evaluate proposals and award a contract without discussions. Therefore, each initial offer should contain the offeror‘s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions, if later determined to be necessary by the Contracting Officer. Failure of an offeror‘s proposal to meet ANY given requirement of the solicitation may result in the entire proposal being found to be unacceptable and eliminated from further competition. The Government intends to award a contract without discussions with respective offerors. Therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Information obtained must confirm the offeror completely understands the requirement, soundness of approach to provide the service, and has demonstrated technical capability and acceptability. If an offeror's proposal demonstrates a failure to mention or meet a Government requirement, this is a deficiency in the offeror's proposal. Any proposals considered unacceptable may be eliminated from competition. Offerors may be asked, at the discretion of the Government, to provide additional information for clarification. The Government reserves the right to conduct a pre-award survey of a prospective contractor, if necessary. A firm-fixed price award will be made to the responsible offeror submitting the proposal that provides the best value to the Government. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Interested parties capable of providing the above must submit a written proposal to include tax identification number, cage code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, offerors are again encouraged to submit their most advantageous pricing in their initial response. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested parties may express their interest and capability to respond to the requirement and submit proposals to be received no later than 14 September 2009, 12:00pm noon Central Standard Time. Award is anticipated on 16 September 2009. Period of Performance shall be negotiated based upon delivery schedules indicated in the proposals. Late offers will not be considered. No exceptions. No one is exempt from the deadline for any reason, to include awaiting answers to any questions submitted. Therefore, the deadline for questions is 10 September 2009 at 12:00pm noon Central Standard Time. It is the contractor‘s responsibility to ensure questions are submitted with ample time to ensure a response before the deadline. Only those proposals received before the deadline will be considered. It is the contractor’s responsibility to ensure that proposals sent were received before the deadline. Point of Contact SrA Ellizabeth Plack, Contracting Specialist Phone 210-652-8429 or -5176 Fax 210-652-5135 Email Ellizabeth.Plack@Randolph.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BA9211AL03_RE-POST/listing.html)
 
Place of Performance
Address: Randolph AFB, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01938801-W 20090904/090903002315-a00eee56d883fd6f36b57995af8af014 (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.