SOLICITATION NOTICE
W -- Lease 2015 Chevrolet Suburban
- Notice Date
- 9/21/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- F2QT055218A001
- Archive Date
- 9/25/2015
- Point of Contact
- Susianne Patterson, Phone: 402-294-3083, Justin L. Pedersen, Phone: 402.294.9600
- E-Mail Address
-
susianne.patterson@offutt.af.mil, justin.pedersen.3@us.af.mil
(susianne.patterson@offutt.af.mil, justin.pedersen.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included within this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number F2QT055218A001 is issued as a Request for Quotation (RFQ). Funds are currently available. Quotes submitted must be valid for 60 days after the closing post date. No partial bids will be accepted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-72. This requirement is 100% set-aside for small business competition. The applicable NAICS code is 532112; the NAICS size standard is $35.5M. II. Description of Supplies and / or Services. The government intends to lease one Class IV, extended large SUV, four wheel drive (4x4) vehicle equivalent to the 2015 Chevrolet Suburban Lt, to include the LUXURY Package (includes front & rear parking assist, rear cross traffic alert & side blind zone alert, remote start/ keyless entry, heated seats, power folding seats, power folding mirrors, fog lamps), 5.3L EcoTec3 V8 engine w/ Flex Fuel capability, second row bucket seats, power lift gate, all weather floor mats). Also include routine maintenance (oil changes/tire rotations/ etc), taxes, title & registration for life of the lease. Less than 12,000 miles driven per year. Exterior color: Black. Interior color: Jet Black/Dark Ash Leather, brand name or equal. Base plus one option period, and 6-month extension. The vehicle must be manufactured in accordance with all District of Columbia, the United States Department of transportatin, Interstate Commerce Commission regulations and Federal Motor Vehicle Safety Standards. Deliver One To: Ourisman Chevrolet (866) 948-4411) 4400 Branch Avenue Marlow Heights, MD 20748 (301) 423-4000 Note: Upon shipment of the vehicle to the designated locations above, also contact Seldrick O. Moore, at (402) 232-0182. Period of Performance: Base period, 30 September 2015 through 29 September 2016; Option period 1, 30 September 2016 through 29 September 2017.-, plus a 6-month extension period, 30 September thru 28 February 2018. **See Attachment A for Itemization Quotes submitted must adhere to and include the completed line item structure contained in Attachment A. Quotes submitted in alternative formats will not be considered. All quotes shall be received by NLT 24 September 2015 at 1300 CST, and sent electronically via e-mail to Susianne.Patterson@us.af.mil. Supplies and/or services contained within this Combined Synopsis/Solicitation are for delivery FOB Destination to the location listed. Supplies are of domestic origin unless otherwise indicated herein. No used vehicles will be accepted. Quotes submitted must adhere to the line item structure contained herein. Quotes submitted in alternative formats will not be considered. At a minimum please include the following information within the Quote you submit in response to this Request for Quote ("RFQ"): 1. Company Name 8. E-Mail Address 2. Street Address/PO Box Number 9. DUNS Number 3. City/State/Zip 10. CAGE Code 4. Web Site 11. Federal Tax ID Number III. IMPORTANT INFORMATION! All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required System For Award Management, that lack of registration in the SAM database will make a bidder ineligible for award. In addition, the contractor must have included within their SAM Registration the NAICS code listed within this Combined Synopsis/Solicitation. The SAM website is located at https://www.sam.gov/. IV. EVALUATION OF PROPOSALS This is a lowest price technically acceptable (LPTA) procurement IAW FAR 15.101-2. Tradeoff will not be utilized. Quotes will be rated as a pass or fail in meeting the minimum evaluation factors. The two lowest priced quote will be evaluated for technical acceptance first. If both quotes fail, the next lowest priced quote will be evaluated and so forth. Below is the evaluation criteria listed in FAR 52.212-2: (i) Technical response will be evaluated based on the following: • Proposal demonstrates how the offeror intends to meet all technical requirements stated in the Description of Supplies and / or Services above. (ii) Price will be evaluated based on the following: • Technically acceptable proposals shall be evaluated for reasonableness and affordability. The total evaluated price will be inclusive of all option periods. The government will evaluate 52.217-8, Option to Extend Services, in the total evaluated price at the rates specified in the contract for a six month period of performance as pursuant to the clause. The government will also evaluate 52.217-9, Option to Extend the Term of the Contract, in the total evaluated price at the rates specified in the contract for four option years as pursuant to the clause. V. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION (Note: Provisions and/or clauses marked with a * require the offeror or prospective contractor to provide responsive information as set forth within those provisions and/or clauses. This responsive information shall be submitted in the same format provided within those provisions or clauses at the time a quote is submitted.): •52.208-4................... Vehicle Lease Payments (Apr 1984) • 52.208-5.................. Condition of Leased Vehicles (Apr 1984) • 52.208-6.................. Marking of Leased Vehicles (Apr 1984) • 52.208-7.................. Tagging of Leased Vehicles (May 1986) • 52.209-6..................Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Jul 2013) • 52.209-7*................Information Regarding Responsibility Matters (Jul 2013) Contractor information for 52.209-7(b) (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. • 52.212-1..................Instructions to Offerors - Commercial Items (Apr 2014) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the Solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendment; (10) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (11) Quotes should include Attachment A per above para II. Offeror shall submitted and include the completed line item structure contained in Attachment A. Quotes submitted in alternative formats will not be considered. • 52.212-2..................Evaluation - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical Capability of the item offered to meet the Government requirement •52.212-3*................Offeror Representations and Certifications - Commercial Items (Mar 2015) CO information for 52.212-3(i)(1): N/A CO information for 52.212-3(k): (1) [X] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c) Contractor Information for 52.212-3(b)-(l) • 52.212-3 Alt I*........Offeror Representations and Certifications - Commercial Items (Oct 2014) Contractor information for 52.212-3 Alt I (c)(11) if applicable • 52.212-4..................Contract Terms and Conditions - Commercial Items (May 2015) • 52.212-5..................Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) The following are applicable clauses cited within 52.212-5: •52.203-6..............Restrictions on Subcontractor Sales to the Government (Sep 2006) •52.203-6 Alt I.....Restrictions on Subcontractors Sales to the Government (Oct 1995) •52.209-6..............Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) •52.219-6..............Notice of Total Small Business Set-Aside (Nov 2011) •52.219-8.............. Utilization of Small Business Concerns (Oct 2014) •52.219-14............Limitations on Subcontracting (Nov 2011) •52.219-28............Post-Award Small Business Program Rerepresentation (Jul 2013) •52.222-3..............Convict Labor (June 2003) •52.222-19............Child Labor-Cooperation With Authorities and Remedies (Jan 2014) •52.222-21............Prohibition of Segregated Facilities (Apr 2015) •52.222-26............Equal Opportunity (Apr 2015) •52.222-35............Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014) •52.222-36............Affirmative Action for Workers With Disabilities (Jul 2014) •52.222-37............Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014) •52.222-51............Exemption From Application Of The Service Contract Act To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--Requirements (Nov 2007) •52.225-13............Restrictions on Certain Foreign Purchases (Jun 2008) •52.232-33............Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) •52.239-1..............Privacy or Security Safeguards (Aug 1996) •52.217-8..................Option to Extend Services (Nov 1999)  52.217-9..................Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months. • 52.222-25................Affirmative Action Compliance • 52.223-18................Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-25................Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification (Dec 2012) • 52.232-17................Interest (May 2014) •52.242-13................Bankruptcy (Jul 1995) •52.247-34................F.O.B. - Destination (Nov 1991) • 52.252-1..................Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) • 52.252-2..................Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) • 52.252-6..................Authorized Deviations in Clauses (Apr 1984) • 252.201-7000..........Contracting Officer's Representative (Dec 1991) • 252.203-7002..........Requirement to Inform Employees of Whistleblower Rights (Sep 2013) • 252.204-7003..........Control of Government Personnel Work Product (Apr 1992) • 252.209-7004..........Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2014) •52.203-3.......................Gratuities (Apr 1984) •252.203-7000...............Requirements Relating to Compensation of Former DoD Officials (Sep 2011) •252.205-7000...............Provision of Information to Cooperative Agreement Holders (Dec 1991) •252.225-7012...............Preference for Certain Domestic Commodities (Feb 2013) • 252.243-7001..........Pricing of Contract Modifications (Dec 1991) • 5352.201-9101........Ombudsman (Apr 2014) • CO information for 5352.201-9101(c): Lt Col Tonney Law-uh, 129 Andrews Street, Langley AFB, VA 23665, Phone Number: (757)764-5372, Fax Number: (757)764-4400, Email Address: Kaw-uh@langley.af.mil • 5352.223-9000........Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) • LOCAL-BZ (13 Sep 13) A. INVOICE SUBMISSION AND PAYMENT ELECTRONIC SUBMISSION OF INVOICES AND RECEIVING REPORTS IS MANDATORY in accordance with DFARS 252.232-7003 1. ELECTRONIC SUBMISSION VIA WIDE AREA WORKFLOW (WAWF): Contractors must register and begin submitting electronic invoices immediately through the Wide Area Workflow Receipt and Acceptance Internet site: https://wawf.eb.mil/. On line training is available at http://www.wawftraining.com unless unable to do so. Use the following data elements to invoice for services or supplies procured via this contract. The award document number is located in the lower right-hand corner. 2. SEE DFARS CLAUSE 252.232-7006 Wide Area Workflow Payment Instructions, in full text 3. PAYMENT WILL BE MADE BY: Defense Finance and Accounting Service DFAS-FVB/LI 27 Arkansas Road Limestone, ME 04751-1500 Contact DFAS-FVB/LI to check payment status at (800) 390-5620 or (207) 328-5620 or via website www.dfas.mil: (Commercial Pay, then Vendor Pay Inquiry System (VPIS), then Non-MOCAS System: then Query by Contract Number, EFT Trace Number, DUNS Number or Cage Code) B. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, 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 costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract must be handled in conformance with public laws and regulations and must be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO. C. SAM.GOV REGISTRATION Invoice payment cannot be made if a contractor has not been registered through The System for Award Management (SAM). Register at https://www.sam.gov/portal/public/SAM/ this is a single entry point for contractor's to process System for Award Management (SAM), Online Representations and Certifications Application (ORCA) and Excluded Parties List System (EPLS). Invoices received from a contractor who fails to maintain active SAM registration are considered to be improper and may be returned. The contractor is responsible to maintain active SAM registration until final payment has been made. SAM registration must be updated and renewed annually. If the contractor chooses not to publish their information in SAM.GOV, you MUST fill out and return FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items to include the Tax Identification Number within this Provision. D. SALES TAX Offutt Air Force Base is exempt from paying state and local taxes on purchases that it makes per the United States Constitution. Nebraska Revised Statutes, Sec. 77-2704.02 and Nebraska Sales and Use Tax Regulations 1-12 and 1-72 implement this policy and are applicable to this purchase. The Nebraska Form 13, Nebraska Resale or Exempt Sale Certificate, is applicable to exempt taxes for contracts for services, commodities, and labor on construction projects. 55 CONS can provide upon request a signed Nebraska Forms 17G, Purchasing Agent Appointment by the Federal Government and Delegation of Authority for Sales and Use Tax, to exempt State taxes. Therefore, per FAR 52.229-3 or 52.229-4, applicable Nebraska State tax costs for materials should be included in the bid/proposal submitted by the offeror/contractor. Please reference Solicitation Number F3HSE14059A001 on all correspondence. Your quote must include the six month option price for evaluation as part of the initial competition. Any questions should be submitted via email to Susianne Patterson at susianne.patterson@us.af.mil or FAX to (402) 294-0430, no later than 24 September 2015, at 1300 CST. When transmitting Fax documents please contact the POC to verify delivery of Fax transmission. Complete written quotation will be due and must be physically received by the 55th Contracting Squadron/LGCZ, 101 Washington Square, Bldg 40, Offutt AFB 68113-2107, Please acknowledge all requirements on quotations. Please indicate FOB destination on quote and submit a copy of your lease agreement. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months $ $ Lease 2015 Chev suburban FFP Lease one Class IV, Extended Large SUV, Four Wheel Drive (4x4) vehicle equivalent to the 2015 Chevrolet Suburban LT, to include the LUXURY Package (includes front & rear parking assist, rear cross traffic alert & side blind zone alert, remote start, keyless entry, heated seats, power folding seats, power folding mirrors, fog lamps), 5.3L EcoTec3 V8 engine w/ Flex Fuel capability, second row bucket seats, power lift gate, all weather floor mats. Also included routine maintenance (oil changes/tire rotations/ etc), taxes, title & registration for life of the lease. Exterior color: Black. Interior color: Jet Black/Dark Ash Leather, manufacturer or equal, IAW the PWS. Less than 12,000 miles driven per year. Deliver Vehicle To: Ourisman Chevrolet, 4400 Branch Avenue, Marlow Heights, MD 20748, (866) 948-4411). ATTACHMENT A FOB: Destination NET AMT $ ATTACHMENT A ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months $ $ Option Lease 2015 Chev suburban FFP Lease one Class IV, Extended Large SUV, Four Wheel Drive (4x4) vehicle equivalent to the 2015 Chevrolet Suburban LT, to include the LUXURY Package (includes front & rear parking assist, rear cross traffic alert & side blind zone alert, remote start, keyless entry, heated seats, power folding seats, power folding mirrors, fog lamps), 5.3L EcoTec3 V8 engine w/ Flex Fuel capability, second row bucket seats, power lift gate, all weather floor mats. Also included routine maintenance (oil changes/tire rotations/ etc), taxes, title & registration for life of the lease. Exterior color: Black. Interior color: Jet Black/Dark Ash Leather, manufacturer or equal, IAW with PWS. Less than 12,000 miles driven per year. FOB: Destination NET AMT $ ATTACHMENT A ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 6 Months $ $ OPTION Lease 2015 Chev suburban FFP Lease one Class IV, Extended Large SUV, Four Wheel Drive (4x4) vehicle equivalent to the 2015 Chevrolet Suburban LT, to include the LUXURY Package (includes front & rear parking assist, rear cross traffic alert & side blind zone alert, remote start, keyless entry, heated seats, power folding seats, power folding mirrors, fog lamps), 5.3L EcoTec3 V8 engine w/ Flex Fuel capability, second row bucket seats, power lift gate, all weather floor mats. Also included routine maintenance (oil changes/tire rotations/ etc), taxes, title & registration for life of the lease. Exterior color: Black. Interior color: Jet Black/Dark Ash Leather, manufacturer or equal. Less than 12,000 miles driven per year. IAW FAR Clause 52.217-8, Option to Extend Services, 6-months. FOB: Destination NET AMT $ ATTACHMENT A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F2QT055218A001/listing.html)
- Place of Performance
- Address: Contracting Office Address:, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska 68113-2107, Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN03896990-W 20150923/150922000326-3acdd91343b416e7684498b606fe4a5b (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 |