SOLICITATION NOTICE
W -- Provide all labor, supervision, tools, materials, equipment, transportation, and management necessary for the delivery of leased vehicles with unlimited mileage for DOD/Federal Activities Guam, M.I.
- Notice Date
- 7/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019217R9101
- Response Due
- 8/28/2017
- Archive Date
- 9/30/2017
- Point of Contact
- Felix Benavente 671-339-6750 Norma Borja, 671-333-2272
- E-Mail Address
-
Felix.Benavente@fe.navy.mil
(Felix.Benavente@fe.navy.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation number N40192-17-R-9101 is a Request for Proposal (RFP). The RFP is an Indefinite Delivery Indefinite Quaintly (IDIQ) Requirements contract with Fixed Price pre-priced line items for Vehicle Lease Services. The government intends to make one (1) award from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The proposed acquisition is a competitive Woman-Owned small business set-aside (WOSB). The Government will only accept offers from eligible SBA Certified Woman-Owned small business set-aside entities. The associated North American Industrial Classification System (NAICS) code for this procurement is 532112, Passenger Car Leasing, with a small business size standard of $38.5 million. Naval Facilities Engineering Command Marianas, Public Work Department (PWD) Facilities Support Contracting, PSC 455, BOX 195 APO FP 96540-2937 is seeking for Vehicle Leasing services for various DOD and Federal Activities, Guam. All interested companies shall provide a proposal for the following: Services The outcomes to be achieved are the provision to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary for the delivery of the leased vehicles, with unlimited mileage in accordance with Attachment 1, Performance Work Statement. The outcomes for this acquisition are consistent with FAR 37.101 definition of service contracts. Some examples of performance standards include, but are not limited to the following: a.Vehicle general maintenance shall be performed by the Contractor in accordance with manufacturer specs; b.Vehicles provided shall be free of defects that may impair serviceability or detract from appearance; c.Tires furnished shall be the same size, type, and ply rating for all wheels including the spare; d.Vehicles shall meet the current Environmental Protection Agency Corporate Average Fuel Economy (EPA CAFÉ) ratings The list of contract line item number(s), items, quantities and unit measure are as follows: CLIN 0001, Base Period under Exhibit A, 12 Months (01 October 2017 to 30 September 2018) CLIN 0002, First Option Period under Exhibit B, 12 Months (01 October 2018 to 30 September 2019) CLIN 0003, Second Option Period under Exhibit C, 12 Months (01 October 2019 to 30 September 2020) Source selection will consist of evaluation and selection of the best value offer using Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. Evaluation of offers will be based on two factors, Price and Past Performance. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government considering Price and Past Performance evaluation factors. Past performance is less important than price; price is the overriding consideration. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browsefar The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, Instruction to Offerors-Commercial Items (JAN 2017) Addendum to 52.212-1 para (b)(6): (i) Submit pricing using Attachment Exhibit Line Item Numbers (ELINs) A, B, and C in both excel and pdf formats as provided. Addendum to 52.212-1 para (b)(10): (i) The Past Performance Questionnaire (PPQ) included in the solicitation (Attachment 6) is provided for the offeror or its team members to submit to the client for each project the offeror includes in its proposal for Factor 2- Past Performance. Completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment 6), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Governments point of contact, Felix Benavente, via email at felix.benavente@fe.navy.mil prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. A maximum of five (5) PPQ s shall be submitted with the proposal. If there are more than five PPQ s, the Government will consider the first five PPQs. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror s proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the offeror. Addendum to 52.212-1 para (b): (12) All offerors shall submit the following: Two (2) Hard copies of proposals (post mail or handcarried) and one (1) emailed version of the proposal (pdf, excel, word, etc.) before the time and date indicated on the solicitation. Post mail or handcarried proposals shall be sent or dropped to the NAVFAC Marianas FSC Acquisition office located in Naval Base Guam Building 3190, Naval Station, Guam 96915. 2.FAR 52.212-2, Evaluation-Commercial Items (OCT 2014) Addendum to FAR 52.212-2 para (a): (i) price; and (i) past performance, Past performance is significantly less important than price. Addendum to FAR 52.212-2 para (c): (d) This solicitation will result in the award of one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract to one (1) successful offeror offering the lowest price and highest past performance. (e) Past Performance factor rating must be at least ACCEPTABLE in order to be eligible for award. An UNACCEPTABLE rating in past performance will result in an overall unacceptable and ineligible for award. (f) The Government intends to evaluate proposals and award a contract without discussion with offerors (other than those communications conducted for the purpose of minor clarifications described in FAR 15.306(a)), unless discussions are determined to be necessary by the Contracting Officer. (g) In accordance with FAR 9.104-3, the Contracting Officer shall require acceptable evidence of the prospective contractor s ability to obtain required resources and be determined responsible. If the Contracting Officer determines the offeror with lowest price and highest past performance is not responsible, the Government reserves the right to award to the next responsible offer. The Government may award to the lowest price offeror without discussions. (h) Past Performance Evaluation: Past performance relates to how well a contractor has performed. Past performance will be rated as either Acceptable or Unacceptable based on the following criteria: Adjectival Rating Acceptable (A) Description: Based on the offeror s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror s performance record is unknown. Unacceptable (U) Description: Based on the offeror s performance record, the Government does not have reasonable expectation that the offeror will be able to successfully perform the required effort. (i) Aspects of Past Performance Evaluation. The past performance evaluation results is an assessment of the offeror s probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror s record of relevant and recent past performance information that pertain to VEHICLE LEASING. There are two aspects of the past performance evaluation. (1) RELEVANCE: Contracts within the past five (5) years; similar in size (individual task orders with a dollar value exceeding $5,000.00 and total contracts exceeding $500,000.00); and scope (vehicle leasing contracts). (2) RECENCY: This describes how well the contractor performed on contracts that either have been completed with the past five (5) years or currently active with one (1) completed at time of the proposal submission. Offerors may include contracts with the United States Government, agencies of state and local governments, or for other clients (e.g. commercial customers). 3.FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (JAN 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this solicitation: 4.FAR 52.212-4, Contract Terms and Conditions- Commercial Items (JAN 2017). Addendum to FAR 52.212-4 para (w): (1) 52.228-8 Liability and Insurance Leased Motor Vehicles (May 1999) (2) 52.232-18 Availability Of Funds (Apr 1984) (3) 52.233-3 Protest After Award (Aug 1996) (4) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (5) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) (6) 52.216-18 Ordering (Oct 1995) (7) 52.216-19 Order Limitations (Oct 1995) (8) 52.216-21 Requirements (Oct 1995) (9) 52.217-8 Option to Extend Services (Nov 1999) (10) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 5.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) (JAN 2017). Addendum to FAR 52.212-5 (Deviation 2013-O0019) para (b)(1): (xxi) 52.208-4 Vehicle Lease Payments (Apr 1984) (xxii) 52.208-5 Condition of Leased Vehicles (Apr 1984) (xxiii) 52.208-6 Marking of Leased Vehicles (Apr 1984) (xxiv) 52.208-7 Tagging of Leased Vehicles (May 1986) (xxv) 52.222-3 Convict Labor (Jun 2003) (xxvi) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (xxvii) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013)(xxviii) 52.232-36 Payment by Third Party (May 2014) (xvii) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) (xxix) 252.204-0001 Line Item Specific: Single Funding (Sep 2009) (xxx) 252.204-0006 Line Item Specific: Proration (Sep 2009) (xxxi) 252.205-7000 Provision Of Information To Cooperative Agreement Holders (Dec 1991) (xxxii) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) This is an open-market combined synopsis/solicitation for vehicle lease services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 4:30 PM, Monday, 28 August 2017, at NAVFAC Marianas FSC Acquisition office located in Naval Base Guam Building 3190. Please contact Felix Benavente at 671-339-6750 for any questions on proposal submissions. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist (Felix Benavente at felix.benavente@fe.navy.mil) or contracting officer (Norma Borja) at Norma.Borja@fe.navy.mil). Point of Contact Felix Benavente (Contract Specialist), 671-339-6750, felix.benavente@fe.navy.mil Norma Borja (Contracting Officer), 671-333-2272, Norma.Borja@fe.navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019217R9101/listing.html)
- Place of Performance
- Address: NAVFAC Marianas PWD Facilities Support Contracting PSC 455 BOX 195, Santa Rita, Guam
- Zip Code: 96540
- Zip Code: 96540
- Record
- SN04602277-W 20170729/170727233745-ec766e009af26db2305d21058b5f390c (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 |