Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

W -- Diesel Bus and Van Lease - Amendment 2

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J17CDBUS
 
Archive Date
8/4/2017
 
Point of Contact
Katherine M. Cope, Phone: 3097824480
 
E-Mail Address
katherine.m.cope4.civ@mail.mil
(katherine.m.cope4.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Responses to questions submitted. Solicitation Number: W52P1J-17-C-DBUS Notice Type: Combined Synopsis/Solicitation 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; quotes are being requested and a written solicitation will not be issued. Purchasing Agency: Army Contracting Command - Rock Island (ACC-RI) This Request for Quote (RFQ) is issued using Simplified Acquisition Procedures IAW FAR Part 13.5. This RFQ is issued as 100% Small Business Set-Aside. ACC-RI is seeking quotes to lease 36 passenger diesel buses and 15 passenger diesel vans Vehicles and required repairs as specified in Attachment 0001 - Specifications and Attachment 0002 - Statement of Work. Attachment 0003 - Repair Price Matrix and Attachment 0004 - Diesel Bus and Van Lease Price Matrix shall be submitted at time of proposal. The NAICS code for this requirement is 532112 - Passenger Car Leasing. This requirement is "ALL OR NONE," meaning if your company is selected for this award, your company must be able to fulfill this request in full. Award will be made to the lowest priced, responsible offeror that is compliant with the specifications. It is the Government's intent to award one single Firm-Fixed Price contract for the buses and vans. The contractor will be reimbursed for parts for repairs on a cost basis as necessary in accordance with Attachment 0003 - Price Matrix. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Failure to comply with SAM registration may deem an offeror ineligible for the award. The successful Offeror shall coordinate delivery with the Government Technical Lead. A First Joint Inspection will be completed at the time of delivery. Vehicles shall be delivered to 8020-8080 Grainger Court, Springfield, VA 22153 in in one shipment no later than 09:00 am ET on October 31, 2017. Invoicing instructions shall be provided at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: • 52.204-7, System for Award Management • 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 • 52.209-7, Information Regarding Responsibility Matters • 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations • 52.211-8, Time of Delivery • 52.212-1, Instructions to Offerors - Commercial Items • 52.212-2, Evaluation - Commercial Items • 52.212-3, 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 • 52.219-6, Notice of Total Small Business Set-Aside • 52.219-14, Limitations on Subcontracting • 52.219-28, Post Award Small Business Program Representation • 52.222-1, Notice to the Government of Labor Disputes • 52.222-3, Convict Labor • 52.222-19, Child Labor - Cooperation with Authorities and Remedies • 52.222-20, Contracts for materials, Supplies, Articles, and Equipment exceeding $15,000 • 52.222-21, Prohibition of Segregated Facilities • 52.222-22, Previous Contractors and Compliance Reports • 52.222-25, Affirmative Action Compliance • 52.222-26, Equal Opportunity • 52.222-35, Equal Opportunity Veterans • 52.222-36, Affirmative Action for Workers with Disabilities • 52.222-50, Combating Trafficking in Persons • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving • 52.225-1, Buy American - Supplies • 52.225-13, Restriction on Certain Foreign Purchases • 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions or Transactions Relating to Iran - Representations and Certifications • 52.232-1, Payments • 52.232-33, Payment by Electronic Funds Transfer - System for Award Management • 52.232-39, Unenforceability of Unauthorized Obligations • 52.233-1, Disputes • 52.333-3, Protest After Award • 52.333-4, Applicable Law for Breach of Contract Claim • 52.243-1, Changes - Fixed Price • 52.247-34, FOB Destination • 52.249-1, Termination for Convenience of the Government (Fixed Price) • 52.249-8, Default (Fixed-Price Supply and Service) • 52.252-1, Solicitation Provisions Incorporated by Reference • 52.252-2, Clauses Incorporated by Reference • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • 252.232-7006, Wide Area Work Flow Payment Instructions Offerors quotes and questions shall be submitted electronically via email to Ms. Katy Cope at katherine.m.cope4.civ@mail.mil and Ms. Kaitlin H. Rasdon at Kaitlin.h.rasdon.civ@mail.mil. Quotes shall be submitted by 8:00 AM Central Time, July 05, 2017. Due to the release of Questions received from industry, quotes are now being accepted until 2:00 PM Central Time, July 20, 2017. Please submit any questions as soon as possible. Questions will be accepted until 12:00 PM CT, June 29, 2017. Following that, no further questions will be entertained. Questions will be answered via amendment to the RFQ. Self-extracting.exe. and.zip files, websites requiring download or entry of password(s) are not permitted and will not be reviewed or evaluated by the Government. Files shall be in Microsoft Office (Word and/or Excel) or PDF format only. Maximum size is 5MB. All computer files shall be virus checked prior to submission. Offerors may be held financially liable for damage caused to Government computer systems by any virus introduced during review of these submitted documents. Attachments: Attachment 0001 - Specifications Attachment 0002 - Statement of Work Attachment 0003 - Repair Price Matrix Attachment 0004 - Diesel Bus and Van Lease Price Matrix Questions were received in response to this combined synopsis/solicitation, this amendment is being posted to provide answers to those questions. As a result, the submission period for submitting quotes is hereby extended to 2:00 PM Central Time, July 20, 2017. Additional questions were received, this amendment is being posted to provide answers to those questions. The submission period for submitting quotes is still 2:00 PM Central Time, July 20, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6f3b2578223561357375afba4c12925)
 
Record
SN04588797-W 20170722/170720235553-d6f3b2578223561357375afba4c12925 (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  © 1994-2020, Loren Data Corp.