SOLICITATION NOTICE
W -- RENTAL SERVICES FOR 83 VEHICLES FOR CDR 3RD FLEET WITH EIGHT VARIOUS RENTAL PERIODS FROM 16 JUN 2014 THROUGH 04 AUG 2014.
- Notice Date
- 5/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060414T3059
- Response Due
- 5/23/2014
- Archive Date
- 6/7/2014
- Point of Contact
- GINA K. JOHNSON 808-473-7554 KALANI WATSON
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 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 RFQ number is N00604-14-T-3059. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-73 and DFARS Change Notice 20140506. 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: https://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532111 and the Small Business Standard is $35.5 Million. This is a competitive, unrestricted action. The NAVSUP FLC Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: ATTACHMENTS: 1)Statement of Work (SOW) includes 8 contract line items (CLINS). 2)52.212-3 Alt I Offeror Representations and Certifications “ Commercial items. 3)252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and 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 - Commercial Items including 52.222-50, Combating Trafficking Persons 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-36, Payment by Third Party; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; ALL Quoters SHALL provide a completed copy of 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; NAVSUP 5252.243-9400 Authorized Changes Only By the Contracting Officer (JAN 1992) AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor ™s facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the śChanges ť clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The Contractor must be registered in the System for Award Management (SAM) to be eligible for Department of Defense Contract awards. Lack of registration in the SAM database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.sam.gov/ for more information. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors “ a combination of technically acceptability, low price, and a determination of responsibility. It may be in the government ™s best interest to issue multiple awards in response to this solicitation due to the non-availability of vehicles during the performance periods. There are 8 contract line items (CLINS) which list the required vehicles and their period of performances. Please provide a quote based on the availability of vehicles per each period of performance. This announcement will close at 1100 Hawaii Standard Time (HST) on Friday, May 23th, 2014. Contact Gina Johnson at 808-473-7554 or email gina.johnson@navy.mil. or Kalani Watson who can be reached at (808) 473-7502 or email kalani.watson@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), FOB point at Air Mobility Command Terminal Hickam Air Force Base (JBPHH), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3059/listing.html)
- Record
- SN03364135-W 20140515/140514021303-2fbdf677db7237ed1e52928ec2ba2d12 (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 |