SOLICITATION NOTICE
W -- Vehicle Lease - DFARS 252.209-7999
- Notice Date
- 9/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VUCC3220A001
- Archive Date
- 9/26/2013
- Point of Contact
- Joyce K. Wright, Phone: 813-828-4187
- E-Mail Address
-
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7999 This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUHQ3175A001. This acquisition is a 100% small business set aside. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida, is looking to lease a brand name or equal (1 Each) 2013 Dodge Caravan SE Minivan for a base year plus two option years. The following salient characteristics must be met when providing an or equal product: Require 1 each vehicle meeting Federal Standard Number 307 Type: Caravan, 4 DR, 4 Cyl, SIN 20 Options: E85 Vehicle Color: Black Vehicle Type: Dodge Caravan SE Minivan or suitable meeting the following requirements TRIM LEVEL SE MFG. MODEL CODE Vehicle Body Color (Black or Dark Gray) RTKH53 Engine Minimums ENGINE TYPE - Cylinders / Liters 6 / 3.3 6/ 3.6 Transmission AUTOMATIC TRANSMISSION 6 speed Doors and Windows DARK TINTED GLASS COMPLY REMOTE KEYLESS ENTRY COMPLY WINDOWS All around COMPLY REAR WINDOW ELECTRIC DEFROSTER COMPLY WIPERS-WINDSHIELD-INTERMITTENT COMPLY REAR WINDOW WIPER COMPLY REAR DOOR TYPE LIFT GATE SIDE DOOR TYPE Sliding left & right comply POWER WINDOWS & DOOR LOCKS Windows-front & rear vent/Locks- front & rear front and rear Interior AIR CONDITIONING/HEATING Front and Rear COMPLY CRUISE CONTROL AND TILT STEERING COMPLY UPHOLSTERY Cloth COMPLY Floor FLOOR COVERING Carpet COMPLY FLOOR MATS front and rear Radio AM/FM RADIO WITH COMPACT DISC PLAYER Comply Seats SEATING CAPACITY min. 7 7 FIRST ROW SEAT TYPE 2 - Individual Bucket Tires and Wheels TIRE PRESSURE MONITORING SYSTEM COMPLY SPARE TIRE ASSEMBLY COMPACT TIRES P225/65R17 AS Vendor to supply 30 day temporary tags on delivery DESCRIPTION OF REQUIREMENT CLIN 0001 (1 Each) Lease Brand Name or Equal 2013 Dodge Caravan SE Minivan Base Year Period of Performance is 30 September 2013 - 29 September 2014 CLIN 1001 (1 Each) Lease Brand Name or Equal 2013 Dodge Caravan SE Minivan Option Year One Period of Performance is 30 September 2014 - 29 September 2015 CLIN 2001 (1 Each) Lease Brand Name or Equal 2013 Dodge Caravan SE Minivan Option Year Two Period of Performance is 30 September 2015 - 29 September 2016 Please complete the attached DFARS Clause 252.209-7999 and return it with your quote. PLEASE DO NOT QUOTE A 2014 VEHCILE. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 03 Sep 2013, DFAR DCN 20130808, and AFFAR AFAC 2013-0827. The North American Industry Classification System code (NAICS) is 532112, Sport utility vehicle leasing. The Standard Industrial Classification (SIC) is 7515, Car Leasing. A firm fixed price contract will be awarded. All interested parties must bid on all items. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the lowest priced offer that is determined to be technically acceptable. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Vehicle is procured on behalf of HQ USSOCOM-SOCS-Z, 7701 Tampa Point Blvd., MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Systems Award Management; FAR 52.208-4, Vehicle Lease Payments; FAR 52.208-5, Condition of Leased Vehicles; FAR 52.208-6, Marking of Lease Vehicles; FAR 52.208-7, Tagging of Leased Vehicles; FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions; 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 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required System Award Management (52.204-7) Alternate A; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. 5352.201-9101 Ombudsman. As prescribed in 5301-9103, insert the following clause: OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen,Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Wednesday, 11 September 2013, by 9:00 a.m. EST. Submit offers or questions to the attention of Joyce Wright, 6CONS/LGCB, or preferably by email to joyce.wright@us.af.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUCC3220A001/listing.html)
- Place of Performance
- Address: HQ USSCOM-SOCS-HQCMDT, 7701 TAMPA POINT BLVD, BLDG 153, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN03171747-W 20130905/130903235456-a26f9e8a7f5cfaf0e41bb33426dab3fe (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 |