Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2013 FBO #4165
SOLICITATION NOTICE

W -- Executive Vehicle Lease - Combined Synopsis/Solicitation

Notice Date
4/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-13-T-6015
 
Point of Contact
Matthew Lawrence Glowacky, Phone: 7195564124, Stephanie Fraterelli, Phone: 7195564124
 
E-Mail Address
Matthew.Glowacky@us.af.mil, stephanie.fraterelli@us.af.mil
(Matthew.Glowacky@us.af.mil, stephanie.fraterelli@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Mandatory DFARS Clause DFARS 252.209-7999 Pricing Table Combined Synopsis/Solicitation This is a Brand Name or Equal request for quotes (RFQ) for a commercial item. Solicitation FA2517-13-T-6015 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The Government will award a contract on the basis of the lowest priced, technically acceptable offer. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS code, 532112, Passenger Car Leasing, with a size standard of $35.5M. An award will be made as a firm fixed price contract. The specifics of this procurement are as follows: CLIN Description 0001 Executive Vehicle Lease CLIN 0001: One (1) 2013 or 2014 Jeep Grand Cherokee Overland edition or equal with minimum technical specifications as follows: • Class III SUV (mid-size/intermediate size SUV)(Class III is defined as Gross Vehicle Weight Rating (GVWR) of 5,401 lbs to 6,799 lbs) • Flex-Fuel Capable or alternative fuel capable • AWD or 4-wheel drive type option package • Premium trim option package to include leather seats and navigation system • All-Weather Floor Mats interior option package • Rear seat dual-player DVD entertainment system with wireless headphones and remote control • Rear-view camera system • Exterior color - Brilliant Black • Interior color - Black • Additional two (2) fully functioning keyless entry car remotes (total of four (4) each) To be considered technically acceptable vehicle must comply with all technical specifications listed for CLIN 0001. ADD-ON VEHICLE EQUIPMENT: After the vehicle is received by the Air Force, the government will outfit the vehicle with special aftermarket equipment. This equipment will be removed by the government at the completion of the lease agreement. Possible modifications to the vehicle include: - Window Tinting: - 50% window tint on the entire front windshield - 15% window tint on front driver/passenger windows - 15% limousine tint on rear left/right passenger windows, rear cargo windows, rear lift gate window If window tint can be installed prior to delivery please quote as a separate line item. - Lighting - Front grill light bar - Front windshield light bar - Front left/right headlight LED - Rear left/right taillight LED - Rear left/right cargo window light bars - Rear lift gate window light bars - Front dash light control module - Additional Equipment: - Siren - Public Address (PA) System MAINTENANCE AND WARRANTY The lease shall be inclusive of all maintenance and the manufacturer's warranty. The contractor shall be responsible for all vehicle maintenance required under the lease. Offeror must identify the effect of aftermarket equipment on any vehicle warranty coverage. DELIVERY: FOB Destination to Peterson AFB, CO 80914 is required 30 days after award. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the System for Award Management (SAM) Database at (www.sam.gov ) in order to be considered for award. Multiple offers will not be accepted. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. IAW Paragraph A an award will be made to the offeror meeting technical specifications and the lowest price (LPTA). The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2012), applies to this acquisition. All vendors shall be registered in the System for Award Management (SAM) (www.sam.gov) at the time of quote submittal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013), applies to this acquisition. The following FAR Clauses apply to this solicitation: FAR 52.204-99 System for Award Management Registration (Dev) (Aug 2012) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) FAR 52.208-4 Vehicle Lease Payments (Apr 1984) FAR 52.208-5 Condition of Leased Vehicles (Apr 1984) FAR 52.208-6 Marking of Leased Vehicles (Apr 1984) FAR 52.208-7 Tagging of Leased Vehicles (May 1986) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business program Re-representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Dev) (Aug 2012) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.247-34 FOB Destination (Nov 1991) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) The following DFARS clauses are: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7000 Offeror Representations and Certifications -Commercial Items (Jun 2005) DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies On Contract Payments (Dec 2006) The following AFFARS clause applies to this solicitation: AFFARS 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@us.af.mil. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * Questions regarding this solicitation shall be submitted in writing no later than 12:00 PM MST, 26 April 2013. Submit questions to A1C Matthew Glowacky via e-mail: matthew.glowacky@us.af.mil and to 21cons.lgcba@us.af.mil Quotes shall be submitted in writing no later than 2:00 PM MST, 2 May 2013. Submit quotes to A1C Matthew Glowacky via e-mail:matthew.glowacky@us.af.mil and to 21cons.lgcba@us.af.mil Quotes shall include: CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms, Delivery Date, Attached Pricing Table, and Attached DFARS Provision 252.209-7999. Quotes must be valid for a minimum of 30 days after submittal. Contracting Office Address: 135 Dover Street, Suite 2225 Peterson AFB, CO 80914-1055 United States Place of Delivery: Jim Ferrenberg Bldg 1255, Peterson AFB Colorado Springs, CO 80914 719-556-4430 Primary Point of Contact: A1C Matthew Glowacky Contract Specialist Phone: 719-556-0851 E-mail:matthew.glowacky@us.af.mil and to 21cons.lgcba@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-13-T-6015/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03039662-W 20130420/130418234113-7860f77df18b39fae8c6a9a5f63dfe1d (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.