Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

W -- Lease of Five Executive Vehicles

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
10-10-391
 
Archive Date
6/12/2010
 
Point of Contact
Manon L. Butt, Phone: 301-492-3629
 
E-Mail Address
manon.butt@nrc.gov
(manon.butt@nrc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is being issued as a request for quotation and the solicitation number is 10-10-391. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This solicitation is being issued as a total small business set-aside. The associated NAICS code is 532112 and the size standard is $25.5 Million. This solicitation is limited to small businesses located in the geographic area of Maryland, Virginia, or Washington, D.C. The contractor shall provide for the lease of five executive vehicles in accordance with the attached specifications. The date of delivery is October 1, 2010; vehicles to be available for pickup by the U.S. Nuclear Regulatory Commission (NRC) at the Contractor's facility within the Metropolitan Washington, D.C. area. The full text of the Federal Acquisition Regulation (FAR) provisions or clauses that apply to this acquisition may be accessed electronically at http://arnet.gov/far/index.html. The following clauses/provisions apply to this acquisition: (1) 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008), (2) 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009), (3) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (FEB 2010), clauses 52.219-6 Notice of Total Small Business Set-Aside, Alternate I (OCT 1995), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), (4) 52.211-6 Brand Name or Equal (AUG 1999), (5) 52.208-4 Vehicle Lease Payments (APR 1984), (6) 52.208-5 Condition of Leased Vehicles (APR 1984), (7) 52.208-6 Marking of Leased Vehicles (APR 1984), (8) 52.228-8 Liability and Insurance - Leased Motor Vehicles (MAY 1999), (9) 52.217-8 Option to Extend Services (NOV 1999), (10) 52.217-9 Option to Extend the Term of the Contract (MAR 2000), and (11) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984). Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2009) with their offer. The following NRC clause is also applicable to this acquisition: WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES (JULY 2006) (a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provisions as codified at 42 U.S.C. 5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and the implementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24. (b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, terms, conditions or privileges of their employment because the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended). (c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract. The Government will award a contract resulting from this solicitation to the lowest price, technically acceptable, responsible offeror whose offer conforms to the requirements of the solicitation. The Government reserves the right to award without discussions. Offers must include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Offerors may quote on either 2010 or 2011 vehicle model years, or on both 2010 and 2011 model years. Offers shall also include past performance information providing at least three recent and relevant contracts or purchase orders for the same or similar items, including contract numbers, name of entity, period of performance, dollar value, point of contact with telephone number and email address, and a brief description of the work performed. Pricing Schedule The Contractor shall provide vehicles in accordance with the NRC requirements set forth in the Statement of Work, at the prices as set forth below. The Government estimates that each vehicle will be driven approximately 5,000 miles per year and does not anticipate use of the vehicles in excess of this mileage. ITEM UNIT TOTAL NO. SUPPLIES/SERVICES QTY UNIT PRICE AMOUNT (A) Base Year Cost 1. Full size sedan - - - 12 Month $ $ 2. Full size sedan - - - 12 Month $ $ 3. Full size sedan - - - 12 Month $ $ 4. SUV - - - 12 Month $ $ 5. Lincoln Town Car 12 Month $ $ TOTAL COST FOR BASE YEAR = $ (B) Option Year One Cost 1. Full size sedan - - - 12 Month $ $ 2. Full size sedan - - - 12 Month $ $ 3. Full size sedan - - - 12 Month $ $ 4. SUV - - - 12 Month $ $ 5. Lincoln Town Car 12 Month $ $ TOTAL COST FOR OPTION YEAR ONE = $ (C) Option Year Two Cost 1. Full size sedan - - - 12 Month $ $ 2. Full size sedan - - - 12 Month $ $ 3. Full size sedan - - - 12 Month $ $ 4. SUV - - - 12 Month $ $ 5. Lincoln Town Car 12 Month $ $ TOTAL COST FOR OPTION YEAR TWO = $ (D) Option Year Three Cost 1. Full size sedan - - - 12 Month $ $ 2. Full size sedan - - - 12 Month $ $ 3. Full size sedan - - - 12 Month $ $ 4. SUV - - - 12 Month $ $ 5. Lincoln Town Car 12 Month $ $ TOTAL COST FOR OPTION YEAR THREE = $ TOTAL COST FOR FOUR YEARS = $ All quotations are due on May 28, 2010 at 5:00 PM, EST. Electronic submission is acceptable and highly encouraged. Quotes may be submitted via email, fax, mail, or courier. Electronic submissions shall be sent to manon.butt@nrc.gov, faxed submissions shall be sent to 301-492-3438, and mailed submissions shall be sent to U.S. Nuclear Regulatory Commission, Attn: Manon Butt, Contracting Officer, Mail Stop TWB-01-B10M, 11555 Rockville Pike, Rockville, MD 20852. Offerors shall include the solicitation number on the outside of the envelope. The NRC is not responsible for technical difficulties associated with electronic submissions. RFQ 10-10-391 will be distributed solely through the FBO.gov website (http://www.fbo.gov). All future information about this acquisition, including amendments, will also be distributed solely through the FBO.gov website. Hard copies of the solicitations document and any attachments will not be available. Interested parties are responsible for monitoring the FBO.gov website to ensure that they have the most-up-to date information related to this acquisition. The NRC requires all prospective awardees to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment in accordance with FAR Clause 52.232-33 referenced above. Interested parties who are not registered should consider registering immediately. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Interested parties may obtain information on registration at http://www.ccr.gov. The Government is not responsible for reimbursing offerors for any costs associated with responding to this solicitation. Questions: The NRC will only respond to written questions associated with this solicitation. All questions shall be submitted in writing to manon.butt@nrc.gov no later than 1:00 PM, EST, on May 21, 2010. Responses to questions will be posted at (http://www.fbo.gov) as an amendment to the solicitation. For information related to this solicitation, offerors may contact Manon Butt, Contracting Officer, at manon.butt@nrc.gov or 301-492-3629. STATEMENT OF WORK - Solicitation-10-10-391 PROJECT TITLE: The title of this project is "LEASE OF FIVE (5) EXECUTIVE VEHICLES" BRIEF DESCRIPTION OF WORK: Annual lease of up to three (3) Class-IV, full-size sedans, one (1) sport utility vehicle, and one (1) Lincoln Town Car (Signature Series), all with the minimum specification requirements as set forth in the description, specification, and work statement. CONTRACT OBJECTIVE: The objective of this contract is to lease up to three (3) new, full-size, (Class IV) sedans, one (1) sport utility vehicle, and one (1) Lincoln Town Car (Signature Series), (hereafter referred to as vehicles), on an annual basis for an estimated period of four years (an initial base year with three additional one-year option periods). SCOPE OF WORK: The Contractor shall lease to the Government, up to five (5) vehicles at the firm fixed prices set forth in the contract. All vehicles provided by the Contractor during the period of performance of this contract, or any extension, shall have the minimum specifications as set forth below. In addition to the initial base year, there are three (3) option years under this contract as follows: (1) The Government shall have the option to lease up to five (5) vehicles, for a first option year, at the firm fixed unit prices set forth in the contract. Should the Government elect to exercise its option for the first option year lease, the Government shall also have the option to retain the same vehicles received for the base year of the contract. (2) The Government shall have the option to lease up to five (5) vehicles, for a second option year, at the firm fixed unit prices set forth in the contract. Should the Government elect to exercise its option for the second option year lease, the Government shall also have the option to retain the same vehicles received for the previous year of the contract. (3) The Government shall have the option to lease up to five (5) vehicles, for a third option year, at the firm fixed unit prices set forth in the contract. Should the Government elect to exercise its option for the third option year lease, the Government shall also have the option to retain the same vehicles received for the previous year of the contract. (4) The Government shall have the option to exchange to another type of vehicle with at least 30-days notification to the Contractor. The Contractor shall have the vehicles available for pickup by the NRC at the Contractor's facility in any location within the Metropolitan Washington, D.C. area. The vehicles shall be available for the Government's pickup on the delivery schedule date as set forth in the contract, which at such time, the term of the initial base year (1st-year) lease shall begin. The vehicles will be garaged at NRC's headquarters, located at the One White Flint North Building, 11555 Rockville Pike, Rockville, Maryland 20852. NRC is exempt from the requirement to display official U.S. Government license tags and other identification. The Contractor shall therefore furnish all required tags from the State of Maryland for the vehicles prior to the Government's pickup of the vehicles. The Government may install telephones and reading lamps in each of the leased vehicles and will remove this equipment from the vehicles upon expiration of the contract. WARRANTY: The manufacturer's standard warranty for the leased vehicles shall cover the entire period under this contract or any extension. Any towing that may be required for warranty service shall be the sole responsibility of the Contractor. MAINTENANCE: The Contractor shall perform all routine maintenance on the leased vehicles in accordance with the maintenance schedule recommended by the manufacturer (i.e. oil and oil filter changes, lubrication, tire rotation, fluid replenishment, etc.). RETURN OF VEHICLES: At least 30-days prior to the expiration or termination of this contract, the Government will contact the Contractor to determine a destination within the Metropolitan Washington, D.C. area mutually agreeable to both parties for the return of the vehicles. The Government will return the vehicles to the Contractor at the mutually agreed delivery destination, not later than five work days after expiration or termination of the contract period for the vehicles. The Contractor shall be responsible for performing an appraisal of the physical condition of each vehicle returned by the Government, prior to that vehicle being released from the Government's custody, and shall furnish the Government with a copy of the appraisal upon its completion. The Government shall not be responsible for any damage not listed on the appraisal report. The Government will assume full responsibility for reconditioning the vehicles at its expense, excluding normal wear and tear as defined below: For purposes of this contract lease, "normal wear and tear" is defined as those dents, dings, paint chips, scratches, pitted but not cracked windshields, and interior wear such as soiled carpets and seats, normally occurring to a motor vehicle over the contract period of use, in both a rural and metropolitan area. In any event, the Government's liability for any reconditioning of the vehicles shall be limited to replacement of glass and exterior trim, and repair to body damage attributable to collision only, and to interior damage such as cut, torn, burnt materials, as well as mechanical repair. Contractors are cautioned that the Government, by signing the damage estimate, does not acknowledge liability therefore. This can only be accomplished by an authorized NRC Contracting Officer after evaluation and consideration of all factors. PERIOD OF PERFORMANCE: This contract shall consist of a one-year base period with three (3) additional one-year option periods (total of four years). It is estimated that the initial one-year base period would begin on October 1, 2010. MINIMUM SPECIFICATIONS REQUIRED FOR THE SEDANS MODEL YEAR: 2010 or 2011 BODY SIZE: Full-size, five or six passenger ENGINE SIZE: V-8 COLOR: Dark Blue exterior with Dark Gray interior DOORS: Four-door TRUNK: Minimum 20 cubic feet storage space AIR BAGS: Minimum driver and front passenger EQUIPMENT: A. Automatic Transmission B. Air Conditioning C. All weather, steel belted radial tires D. Tinted window glass E. Tilt steering wheel F. Interval windshield wipers G. Rear seat headrests H. Rear center armrests I. AM/FM Stereo Cassette Radio (or CD) J. Clock K. Power windows L. Power outside rearview mirrors (driver and passenger side) M. Electric rear window defroster N. Front and rear floor mats O. Power door locks P. Cruise control Q. Front cornering lamps R. 4-wheel anti-lock disc brakes S. Keyless entry code MINIMUM INTERIOR DIMENSIONS: A. Head-room = 39 inches in front and 38 inches in rear B. Leg-room = 42 inches in front and 38 inches in rear C. Shoulder-room = 60 inches in front and 60 inches in rear D. Hip-room = 58 inches in front and 58 inches in rear A GPS Navigation System is not included. MINIMUM SPECIFICATIONS FOR THE SPORT UTILITY VEHICLE MODEL TYPE AND YEAR: Explorer or Equal - 2010 or 2011 BODY SIZE: At least = 111-inch wheelbase 190-inch length 70-inch width ENGINE SIZE: V6 - at least 200hp 4x4 COLOR: Dark Blue exterior with matching interior SEATS: Bucket seats in front and bench in rear (5-passenger) DOORS: Four-door TRUNK: Cargo volume of at least 40 cubic-feet with rear seat up and at least 80 cubic-feet with the rear seat down. AIR BAGS: Driver & front passenger - front and side air bags EQUIPMENT: A. Automatic Transmission B. Air Conditioning C. All Weather, steel belted radial tires D. Tinted window glass E. Tilt steering wheel F. Interval windshield wipers G. Rear seat headrests H. Running boards I. AM/FM Cassette Radio (or CD) J. Clock K. Power windows L. Power outside rear-view mirrors (driver & passenger side) M. Electric rear-window defroster N. Front and rear floor mats O. Power door locks P. Cruise control Q. 4-wheel anti-lock disc brakes R. Keyless entry code MINIMUM INTERIOR DIMENSIONS: A. Head-room = Front 39-inches & Rear 39-inches B. Leg-room = Front 42-inches & Rear 36-inches C. Shoulder-room = Front 56-inches & Rear 56-inches D. Hip-room = Front 51-inches & Rear 51-inches A GPS Navigation System is not included. NRC SPECIFICATIONS FOR THE LINCOLN TOWN CAR (Signature Series) Model Year: 2010 or 2011 Body Size: Full-size, six passenger Engine Size: SOHC 16-Valve V-8 with electronic engine control Color: Blue or Blue Metallic with interior Medium Dark Gray Seats: 40/20/40 front seat system with driver/passenger 8-way power seats, 2-way front head restraints and dual power lumbar adjustment Doors: Four-door Tires: P225/60SR 16 black sidewall Wheels: 16-inch Aluminum Safety & Security: Driver and front passenger side-impact head/chest airbags 4-wheel disk Anti-lock Brake System (ABS) Remote illuminated keyless entry system with panic button 3-point safety belts for front outboard and all rear passengers SmartLock anti-lock system All-speed Electronic Tracking Control Securilock passive anti-theft system Heavy-gauge steel side door anti-intrusion beams, front and rear crumple zones Brake/shift interlock Dual power heated exterior mirrors Transmission: Automatic Transmission Interior Amenities: Air Conditioning Dual illuminated visor vanity mirrors Automatic lamp on/off delay lighting system CFC-free electronic automatic temperature control with sunload sensor Rear seat heat and air conditioning ducts Fingertip speed control with tap-up/tap-down feature Power windows with driver-side express-down feature AM/FM stereo/cassette with Premium Sound/CD player Battery saver Tilt steering wheel Remote decklid and fuel-filler door release buttons on driver's door trim panel Leather seating surfaces Solar-tinted glass Power door locks Concealed radio antenna Ashtray-mounted cup holders Delayed accessory power Analog instrument cluster Front seatback map pockets Front and rear carpeted floor mats Courtesy lights Integral reflectors on front and rear doors Roof rail assist handles Automatic parking brake release Rear compartment reading lights Leather-wrapped two-spoke steering wheel Auxiliary 12-volt power outlet Exterior Features: Bodyside protection molding Complex reflector headlamps with clear lenses Complex reflector taillamps Extensive corrosion protection Cornering lamps 5-mph bumpers front/rear Single key entry ignition Dual power heated exterior mirrors Electric rear window defroster Accommodations and Dimensions: Headroom (in.) - 39.2 front; 37.5 rear Legroom (in.) - 42.6 front (max); 41.1 rear (min) Hiproom (in.) - 57.3 front; 58.0 rear Shoulder room (in.) - 60.6 front; 60.3 rear Outside dimensions (in.) - 58.0 height; 78.2 width; 215.3 length Fuel capacity (gal) - 19.0 Luggage space (cu. ft.) - 20.6 Curb weight (lb.) - 4,047- 4,156 A GPS Navigation System is not included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/10-10-391/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11555 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02153555-W 20100521/100519234420-9914c3facd99ee196a4bb743e571f0f8 (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.