Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

V -- 15 Passenger Vans for Youth Camp - RFQ - Solicitation

Notice Date
5/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-17-T-0010
 
Point of Contact
Rhonda Lien, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Solicitation RFQ - Request for Quote Tennessee National Guard 15 Passenger Vans for Youth Development Camp This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and a written solicitation will not be issued. Solicitation number W912L7-17-T-0010 is hereby issued as a Request for Proposal within the TN area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective date 19 January 2017. This requirement is being advertised as Unrestricted and the North American Industry Classification System (NAICS) Code(s) are 532111, with a Size Standard of $38.5M. The following clauses are applicable to this acquisition: The TN National Guard is Requesting a Proposal for 16 – 15 Passenger Vans for the Youth Development Camp. We are requesting the dates of 20-31 July 2017 with the Middle TN area for pick-up on 20 July at 12:00 noon. For complete information, see the Performance Work Statement (PWS) and Request for Proposal (RFQ). The solicitation closes 12 MAY 2017 at 2:00pm CST. Please send your Quote and ALL questions to Rhonda.m.lien.civ@mail.mil. QUESTIONS MUST BE SUBMITTED VIA EMAIL NLT 10 MAY MAR 2017 at 1:00pm CST. Please look for modifications posted on Fedbiz Ops – www.fbo.gov The following Clauses are applicable to the proposal: (A) 52.212-1 Instructions to Offerors – COMMERICAL ITEMS 52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may i nsert a provis i on substantially as follows: Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solici tation 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: Vendor must be current with Certification on SAM - https://www.sam.gov/index.html/#1 Vendor must have NASIC CODE of 532111 in or der to qualify for award. Vendor will provide GRAND TOTAL on RFQ w i th the quote. Vendor must submit quote on time i n order to be considered for award. Check for modifications on www.fbo.gov (Fed Biz Ops). Vendor must comply with the PWS and RFQ pricing template i n order to be considered for award. Award will be based on Lowest Priced Technically Acceptable (LPTA) for the Government and ability to comply with the Solicitation and PWS/RFQ. Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed. Award/Contract is a firm fixed price conta ct. Notification of award or acceptance of an offer will be emailed to the contractor. 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations. 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERICAL ITEMS 52-212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. 52.222-3 Convict Labor. 52.222-21 Prohibition of Segregated Facilities. 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-41 Service Contract Labor Standards. 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). 52.222-55 Minimum Wages Under Executive Order 13658. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases 52.226-6, PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS. (Mar 2009) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-3 Protest After Award. 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM 52.237-1 Site Visit. 52.252-2 Clauses Incorporated by Reference. http://farsite.hill.af.mil/ 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. 52.252-6 Authorized Deviations in Clauses. 252.201-7000 Contracting Officer's Representative. 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7008 COMPLAINCE WITH SAFEGUARDING COVERED DEFENSE INFROMATION CONTROLS 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011 Alternative Line Item Structure. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT 252.225-7031 Secondary Arab Boycott of Israel. 252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) – 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies on Contract Payments 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Location: NASHVILLE/LEBANON/FRANKLIN Please see the attached "Performance Work Statement" (PWS) and "Request for Quote" (RFP) for the 16 - (15) Passenger Vans that we are requesting a quote for 20 JULY thru 31 JULY 2017. The event will be for the TN National Guard Youth Development Week YOU CAMP. It will close 12 MAY 2017 at 2:00pm CST VANS REQUESTED : 16 15 Passenger Vans, Pick-up - Thursday, 20 JULY 17 @ 12:00pm 16 15 Passenger Vans, Drop-off - Monday, 31 JULY 17 @ 12:00pm PAYMENT FOR EVENT WILL BE APPROXIMATELY 30 DAYS EFT AFTER EVENT. SEE WAWF EXAMPLE ATTACHED. *** PLEASE READ THE PERFORMANCE WORK STATEMENT FOR ADDITIONAL INFORMATION*** Performance Work Statement Objective: The objective of this contract is to provide local transportation in support of the Tennessee Army National Guard Youth Development Week, Lebanon, TN. The Contractor will perform administrative and operational tasks for TNARNG Family Programs, (J9) as detailed in this PWS. Deliverable Performance Standard Acceptable Quality Level (AQL) Method Used / Frequency Vehicles 3.0 - 3.1.5 Transportation · Vehicles were acceptable to 95%? · Vehicles were available for pick-up on time? · Vehicles were clean at pick-up? · Fuel level at full? COR Survey after event Safety 4.0-4.1.5 Safety · Were vehicles in serviceable condition? · Were vehicles in compliance with state and local operational laws? · Verify Proper documentation 1.0 Organizational Analysis Army National Guard (ARNG): Source: ( http://www.arng.army.mil/Pages/Default.aspx ) Vision is to be a "Ready, reliable, and accessible force that maintains its relevancy now and through the millennium". Mission is "To provide combat capability to the war fighter and security to the homeland.” Specifically, to provide ready units to the state and nation in three critical roles: Federal Role: To support national security objectives State Role: To protect life and property, and to preserve peace, order, and public safety. Community Role: To participate in local, state, and national programs that add value to America 2.0 Technical Specifications: The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service and support task order objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer’s organizational and departmental objectives. 3.0 Transportation : The Contractor will: 3.1.1 Vendor will provide sixteen (16) 15-passenger vans for use in support of TNANRG Youth Development Week, Lebanon, TN. Dates Required: 20 – 31 July 2017; pickup and return 12:00pm. Pick-up location will be within the Metropolitan Nashville Area, or no more than 30 miles from Metro area. All vans will be picked up and returned to the same location. 3.1.2 Vendor will price vehicles at a single rate for the entire period of use. Price will include any free mileage that is customarily offered with vehicle rental. Price per mile will be specified upon exceeding free mileage allotment. Average daily driving distance is estimated at 20 miles per day. 3.1.3 TNARNG designated individual will physically inspect all vehicles prior to acceptance and may request exchange if vehicle does not meet contract standards. 4.0 Fuel: 4.1 Vendor will dispatch all vehicles with no less than a full tank of gas. 4.2 Vendor will be responsible for refueling vehicles upon return. Cost of fuel will not exceed average cost of fuel per gallon plus fees customarily charged. 5.0 Safety Requirements: 5.1 Vehicles will be properly titled, registered and insured IAW Department of Revenue motor vehicle regulations. 5.1.2 Vehicles will be of a late model type and fuel efficient. Vehicles will be in clean and serviceable condition. 5.1.3 Vehicles will be in proper working condition with all scheduled maintenance performance completed. This includes all vehicle features and components such as, but not limited to, seat belts, windows, door locks, power steering, braking mechanisms, air conditioning, head lamps, brake lights, and all other auxiliary lights. 5.1.4 Vendor will be responsible for all services and/or repairs related to mechanical failure and emergency roadside assistance. 5.1.5 Vendor will agree to hold TNARNG harmless for all damages caused by third parties unassociated with end user. 6.0 Miscellaneous: 6.1 When submitting a quote all vendors MUST provide Cage Code, Dun and Bradstreet number, Tax identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 prior to submission of quote. 6.1.2 Contract Specialist for this Request for Quote is Rhonda Lien, rhonda.m.lien.civ@mail.mil, and Phone: 615-313-0530. Please call if there are any questions pertaining to this request. 7.0 Hours of Operation : The contractor will make service vehicles available during the “Youth Deployment Week” between 12:00pm 20 July 2017 through 12:00pm 31 July 2017. 8.0 Contractor Manpower Reporting. 8.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contracormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor’s name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-17-T-0010/listing.html)
 
Place of Performance
Address: 3041 Sidco Drive, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04498271-W 20170507/170505234839-50fca32187334a6ce840c4e02e29375a (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.