Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

W -- Executive Vehicle Lease - (Draft)

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-12-T-6009
 
Point of Contact
Renata Ott, Phone: (719) 556-4269, Anthony Archut, Phone: 7195564894
 
E-Mail Address
renata.ott@us.af.mil, anthony.archut.1@us.af.mil
(renata.ott@us.af.mil, anthony.archut.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Sheet 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 Number FA2517-12-T-6009 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005--37. This acquisition is 100% set-aside for small business only, under NAICS 532112, size standard $25.5M. The requirement is as follows: The Commander of Air Force Space Command, via the 21 CONS contracting office, requires the lease of one (1) executive vehicle. The vehicle will be used in the Colorado Springs metro area. Vehicle usage will not exceed 10,000 miles per year. The initial period of performance will be from date of vehicle delivery for a period of 12 months with two (2) twelve-month option periods. One (1) 2012 Cadillac SRX with minimum technical specifications: Flex-Fuel Capable AWD drive type option package PREMIUM trim option package All-Weather Floor Mats interior option package Rear seat dual-player DVD entertainment system interior option package Exterior color - Black Raven Interior color - Ebony w/Ebony accents, leather seating surfaces Additional two (2) fully functioning FOBS (A total of four (4) each) Or equal After the vehicle is received by the Air Force, the vehicle shall be outfitted with special equipment. This equipment may be removed at the termination of the lease. Possible modifications to the vehicle include: - 15% window tint on front driver/passenger windows - 5% limousine tint on rear left/right passenger windows, rear cargo windows, rear lift gate window and; - Light additions · Front grill light bar, front windshield light bar, front left/right headlight LED, rear left/right taillight LED, rear right/left cargo window light bars, rear lift gate window light bars and front dash light control module · To install the lights, small holes will be drilled into the interior of the vehicle to support the emergency light equipment (8 holes in upper rear window area of lift-gate, 2 holes in right/left rear cargo window area, 1 hole in left/right- front/rear headlight/taillight, 1 hole in dash/console area to support light control module) · Once the equipment is removed at the end of the lease, the holes will be filled with rubber plugs. Maintenance and Warranty The lease shall be inclusive of all maintenance and the manufacturer's warranty. The contractor shall perform or have performed, all vehicle maintenance required under the lease. Deliverables The deliverable consists of a motor vehicle that conforms to the specifications. The vehicle will be delivered to Mr. Tim Kincannon, Bldg 1255, Peterson AFB, CO 80914. Upon delivery, the contractor's representative will give a brief tutorial on the vehicles key FOB functions and use. Acceptance Criteria Acceptance shall be done in accordance with customary commercial practices. The following provisions and clauses apply to this acquisition: The provision at FAR 52.208-4, Vehicle Lease Payments; FAR 52.208-5, Condition of Leased Vehicles; FAR 52.208-6, Marking of Leased Vehicles; FAR 52.208-7, Tagging of Leased Vehicles; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commerical items. The provision at FAR 52.212-3 Alt l, Offeror Representation and Certifications-Commercial Items. The offeror must include a completed copy of this provision with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items; the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (includes 52.203-13, Contractor Code of Business Ethics and Conduct; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8,Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, of Repair of Certain Equipment- Requirements; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements; 52.233-1, Disputes; 52.233-4 Applicable Law for Breach of Contract Claims; 52.243-1, Changes--Fixed-Price (Alt IV); 52.247-34, F.O.B. Destination; 52.247-64, Preference for Privately Owned U.S., - Flag Commercial Vessels); 52.252-2, Clauses Incorporated by Reference; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.228-8, Liability and Insurance-Leased Motor Vehicles. The clause at FAR 52.232-33, Payment by Electronic Funds. The clause at DFARS 252.204-7004, Required Central Contractor Registration, applies to this and all future acquisitions. Price and technical acceptability are the evaluation factors. The evaluation method used for this acquisition will be lowest priced technically acceptable. An offer is considered technically acceptable when it meets the minimum specifications of the vehicle described above. Of the offers considered technically acceptable, the offer with the lowest overall price (base year pricing plus both option year pricing) will be considered the winner. A complete written quotation will be due and must be physically received by the 21th Contracting Squadron/LGCBA 350 Dover St. STE 1055, Peterson AFB 80917, and NLT 1300 MST on 6 January 2012. Quotations may be submitted via email to renata.ott@us.af.mil with a courtesy copy to anthony.archut.1@us.af.mil. Please reference solicitation number FA2517-12-T-6009 on all correspondence. Please acknowledge all requirements on quotations. Please indicate FOB destination on quote and submit a copy of your lease agreement. Quotes must be valid for 30 calendar days after close of solicitation. Any questions submitted during 23-30 December 2011 should be sent to Kees.Negaard.1@us.af.mil with a courtesy copy to albert.williams.2@us.af.mil. Any questions submitted after 30 December 2011 should be sent to renata.ott@us.af.mil with a courtesy copy to anthony.archut.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6009/listing.html)
 
Place of Performance
Address: Denver and Colorado Springs Area, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02644131-W 20111224/111222234116-e79dec180fa6b83089b20271498284c6 (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.