Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2013 FBO #4373
MODIFICATION

W -- Final Amendment 0007 Lease of 138 Commerical Vehicles Supercedes all Other Versions - Amendment 7

Notice Date
11/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Navy, Assist for Admin Office of the Under Secretary of the Navy, Naval Criminal Investigative Service, Russsell Knox Bldg, 27130 Telegraph Road, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
N63285-14-R-0001
 
Archive Date
12/12/2013
 
Point of Contact
Mary Lee Schuck, Phone: 571-305-9271, Shannon M. Deristel, Phone: 5713059952
 
E-Mail Address
mary.schuck.ctr@navy.mil, shannon.deristel@navy.mil
(mary.schuck.ctr@navy.mil, shannon.deristel@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0007 to extend the Proposal Response time from 21 NOv 2013 to 27 Nov 2013 at 2:00 p.m. EST and to respond to additional Technical Questions. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Acquisition Procedures under the NCIS Fleet Management Vehicle Lease program for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in accordance with the attached document. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N63285-14-R-0001 and is being issued as an RFP. This solicitation document incorporates provisions and clauses in effect through FAC 2005-62 and DFARS Change Notice 2012121116. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532112 and the Small Business Standard is $35.5M. This solicitation will result in a Firm Fixed Price contract. Naval Criminal Investigative Service (NCIS) requests responses from qualified sources capable of providing CLINs 0001 through 0009 and all three (3) one (1) year option periods: Provide the lease of 138 vehicles for nine different locations in accordance with the attached Performance Work Statement. Period of performance is 18 February 2014 through and including 17 February 2018, if all options years are exercised. The following FAR provision and clauses are applicable to this procurement: SEE ATTACHED 52.202-1 Definitions 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations & Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications - Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments 252.247-7024 Notification of Transportation of Supplies by Sea 252.247-7027 Riding Gang Member Requirements The following NFAS clause applies to this solicitation and is incorporated by reference: 5252.212-9300 Commercial Warranty CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following: (1) Companys Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted on a monthly basis in accordance with FAR 52. 232-18 and DFAS 252.232-7003. Interested vendors may send the quotation to the Naval Criminal Investigative Service (NCIS) in any of the following ways; (a) By e-mail to mary.schuck.ctr@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: Naval Criminal Investigative Service Attn: Mary Lee Schuck, Code 11B1, Russell Knox Building, 27130 Telegraph Road, Quantico, VA 22134-2253 The quotation shall consist of two parts: (1) a written technical/delivery submission, and (3) price information. I. Written Technical/Delivery Submission: Each vendor shall provide either one (1) original and four (4) hard copies or an electronic version of the following: The Offeror shall describe its assessment of the objective to be accomplished under this requirement and detail corporate resources to be applied as well as procedures for coordinating management. The Offeror is not to include any pricing information in the Technical Proposals. The Offeror shall address each portion of the Performance Based Statement of Work (PWS) and describe its plan for accomplishing each task. More specifically, the Offeror shall describe its approach for providing complete program management support that will fully integrate, manage, control, and document all phases of the PWS requirements to demonstrate how the Offeror will meet the delivery requirements. In addition, the Offeror's responses shall include their approach to providing the necessary managerial, administrative, and financial management resources necessary to ensure the quality of project reporting requirements throughout the life of the contract, i.e., inventory lists, leasing agreements, invoicing, warranties, etc. The Offeror's responses shall also include Plans that fully address how the offeror will accomplish/implement the PWS requirements. THE RESPONSES TO THE ABOVE TECHNICAL REQUESTS MUST BE MADE IN WRITING OR OFFERORS WILL NOT BE ACCEPTED AS RESPONSIBLE. II. Price Submission: Vendors shall complete price schedule (attached) as follows: (1) Total price for each CLIN as set forth in the attached Schedule (no substitutions or deletions) and provide supporting information with a price breakdown by CLIN/Subclin Structure. Price quotes shall be held firm for Ninety (90) days after the closing of the solicitation. Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFAR 252.212-7000. Vendors must also acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be technically acceptable, lowest price and other factors considered. The following factors shall be used to evaluate quotes: Delivery, and Price. (b) A written order in response to the vendor's quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered Quotations will be evaluated as follows: a) Technical capability - Delivery b) Price TECHNICAL CAPABILITY FACTOR The Government will evaluate each vendor's Written Technical submission pass or fail. The Technical Proposal will be evaluated in terms of: WRITTEN TECHNICAL SUBMITTAL: Pass (P): The technical submittal demonstrates that the proposal meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success and little risk that this Offeror would fail to meet the quantity, quality, and delivery requirements. minor weaknesses, if any, may not need to be corrected to make award. Fail (F): The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and level of information the Government seeks for evaluation. The degree of risk is so high that there is little or no likelihood of success; regardless of price PRICE The Government will evaluate quotes for award purposes by adding the total price of the base requirement and all options. In accordance with FAR 15.404-1(b), price proposals will be evaluated by the Government to ensure completeness, price reasonableness for the services being provided, considering the specific terms and conditions and relevant commercial practices. Completeness. The Government will evaluate the price proposal for completeness by assessing the responsiveness of the Offeror in providing requested pricing data for all RFP requirements and the tasks in the PWS. Reasonableness The Government will evaluate how well the Offeror's proposal supports pricing over the life of the contract. Price will be evaluated but not rated. This announcement will close at 2:00 P.M. on 27 Novmeber2013. Please direct questions to Mary Lee Schuck at mary.schuck@navy.mil NLT 12:00 P.M 15 November 2013. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/324151c3670c0a42a7581f96a7eded35)
 
Place of Performance
Address: Naval Criminal Investigative Service, Russell Knox Bldg, 27130 Telegraph Road, Quantico, Virginia, 221342253, United States
Zip Code: 42253
 
Record
SN03232070-W 20131114/131112233936-324151c3670c0a42a7581f96a7eded35 (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.