SOLICITATION NOTICE
W -- Missile Defense Agency Vehicle Lease - Statement of Work
- Notice Date
- 6/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DACM, 5222 Martin Road, Attn: VBII, Redstone Aersenal, Alabama, 35898, United States
- ZIP Code
- 35898
- Solicitation Number
- HQ0147-14-Q-0008
- Point of Contact
- Carrie B. Eddy, Phone: 256-450-3305, Carol C. Rivard, Phone: 256-450-3317
- E-Mail Address
-
carrie.eddy@mda.mil, carol.rivard@mda.mil
(carrie.eddy@mda.mil, carol.rivard@mda.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Approved for Public Release 14-MDA-7870 (17 June 14) 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. The solicitation number assigned to this action is HQ0147-14-Q-0008. This solicitation is issued as a request for quotation (RFQ) from the Missile Defense Agency (MDA), Huntsville, Alabama. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. This is a total small business set-aside. The associated NAICS code is 532112 Sport utility vehicle leasing, and the small business size standard is 500. A firm fixed price contract will be awarded. MDA has a requirement to lease a vehicle under Federal Vehicle Standard Number 307, Standard Item Number 106, to meet the transportation demands of MDA in and around the National Capital Region (NCR), and Dahlgren, Virginia. MDA will use this vehicle for official business only. The lease will be for a base period of two years with a one year option period. CONTRACT LINE ITEM NUMBERS (CLINS) CLIN 0001 (24 Months) MDA Vehicle Lease Period of Performance is September 29, 2014 - September 28, 2016 CLIN 0002 (12 Months) MDA Vehicle Lease - Option Period of Performance is September 29, 2016 - September 28, 2017 In accordance with the attached Statement of Work (SOW), the vendor shall provide one vehicle at MDA headquarters in Fort Belvoir, Virginia meeting the following minimum requirements and equipment specifications: 1. Federal Vehicle Standard Number 307, Standard Item Number 106 (Chevrolet Suburban, Ford Expedition XL OR equivalent) 2. New 2014 or 2015 model year 3. Color SOLID black exterior 4. E85 FlexFuel capability 5. Front bucket seating 6. Leather seating 7. Navigation system 8. Rear camera Delivery must be made no later than September 29, 2014, FOB destination, at Missile Defense Agency, HQCC, 5700 18th Street, Fort Belvoir, VA 22060-5573. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), applies to this acquisition. The following addendum applies to this provision: Quotes must be valid for a minimum of 60 days after submittal. Vendors must follow the instructions for submission of offers in paragraph (b) of this provision. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. In accordance with Paragraph (a), an award will be made to the vendor meeting the following evaluation factors: 1. Technical acceptability (acceptable/unacceptable) 2. Meeting delivery schedule (acceptable/unacceptable) 3. Price Quotations will be sent to the technical advisor for review. To be considered technically acceptable, quotations must meet all specifications in the SOW. Award will be made to the vendor who is deemed acceptable for technical acceptability, meeting delivery schedule AND providing the lowest price. The Government reserves the right to make no award at all. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2013), applies to this acquisition. Vendors must include a complete copy of this provision with their quotation. Vendors must be registered in the System for Award Management (SAM) (www.sam.gov) at the time of quotation submittal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition. The following addendum applies to this clause: Vendors must be registered in Wide Area Work Flow to invoice and receive payment through electronic funds transfer. If not currently registered, vendors must visit https://wawf.eb.mil/ to complete their registration. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2014), applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011); FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013); In addition, the following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7, Systems Award Management (Jul 2013); FAR 52.204-13, System for Award Management Maintenance (Jul 2013); 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 Lease Vehicles (Apr 1984); FAR 52.208-7, Tagging of Leased Vehicles (May 1986); FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); and FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011); DFARS 252-204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013); DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); DFARS 252.211-7003, Item Unique Identification and Valuation (Dec 2013); DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012); DFARS 252.215-7008, Only One Offer (Jun 2012); DFARS 252.225-7000, Buy American and Balance of Payments Program Certificate (Jan 2014); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005); DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and DFARS 252.247-7023, Alt III, Notification of Transportation of Supplies by Sea (Apr 2014). The following DFARS class deviations apply to this solicitation and are incorporated by reference: DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Under Any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0009) (Feb 2014); DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0004) (Oct 2013); DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (DEVIATION 2013-O0010) (Apr 2013); and DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations (DEVIATION 2013-O0006) (Jan 2013). All provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil Quotations must include FOB destination, discount terms, delivery date, documentation regarding ability to meet technical specifications, and pricing for CLIN 0001 and CLIN 0002. Questions regarding this solicitation must be submitted in writing no later than 9:00 AM CST, Monday, June 23, 2014. Submit questions to Carrie Eddy, Contract Specialist, via e-mail to Carrie.Eddy@mda.mil AND to Carol Rivard, Contracting Officer, via e-mail to Carol.Rivard@mda.mil. Quotations must be submitted in writing no later than 5:00 PM CST, Friday, June 27, 2014. Submit quotations to the attention of Carrie Eddy, Contract Specialist, via e-mail to Carrie.Eddy@mda.mil AND to Carol Rivard, Contracting Officer, via e-mail to Carol.Rivard@mda.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f8ad92765adfed5e0751f95c0ec1b0ed)
- Place of Performance
- Address: Missile Defense Agency, HQCC, 5700 18th Street, Fort Belvoir, Virginia, 22060-5573, United States
- Zip Code: 22060-5573
- Zip Code: 22060-5573
- Record
- SN03399178-W 20140620/140619022113-f8ad92765adfed5e0751f95c0ec1b0ed (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 |