SOLICITATION NOTICE
V -- TN ARMY NATIONAL GUARD VAN RENTAL - SOLICITATION - RFQ
- Notice Date
- 9/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Department of the Army, National Guard Bureau, 118 MSG/MSC, TN ANG, 240 KNAPP BOULEVARD, NASHVILLE, Tennessee, 37217-2538, United States
- ZIP Code
- 37217-2538
- Solicitation Number
- W912L7-18-Q-0500
- 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
- URGENT*** 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 W912L7-18-Q-0050 is hereby issued as a Request for Quote for Las Vegas, NV. 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 14 - 15 Passenger Vans for the TN National Guard. We are requesting the dates of 08-24 OCT 2017 with for Las Vegas, NV area for pick-up and drop off. For complete information, see the Performance Work Statement (PWS) and Request for Proposal (RFQ). The solicitation closes 03 OCT 2017 @ 2:00PM CST Please send your Quote and ALL questions to Rhonda.m.lien.civ@mail.mil. 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 - COMMERCIAL ITEMS (B)52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (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.Vendor must be current with Certification on SAM - https://www.sam.gov/index.html/#1 2. Vendor must have NASIC CODE of 532111 in order to qualify for award. 3.Vendor will provide GRAND TOTAL on RFQ with the quote. 4.Vendor must submit quote on time in order to be considered for award. Check for modifications on www.fbo.gov (Fed Biz Ops). 5.Vendor must comply with the PWS and RFQ pricing template in order to be considered for award. 6.Award will be based on Lowest Priced Technically Acceptable (LPTA) for the Government and ability to comply with the Solicitation and PWS/RFQ. 7.Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed. 8.Award/Contract is a firm fixed price contact. 52.232-18 -- Availability of Funds. As prescribed in 32.706-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Notification of award or acceptance of an offer will be emailed to the contractor. A.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) B.52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS C.52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. D.52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. E.52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS. F.52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT G.52.209-10 - PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS. H.52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERICAL ITEMS I.52-212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) J.52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. K.52.222-3 CONVICT LABOR. L.52.222-21 PROHIBITION OF SEGREGATED FACILITIES. M.52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) N.52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) O.52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES P.52.222-41 SERVICE CONTRACT LABOR STANDARDS. Q.52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) R.52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). S.52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. T.52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING. U.52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES V.52.226-6, PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS. (Mar 2009) W.52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. X.52.233-3 PROTEST AFTER AWARD. Y.52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM Z. 52.237-1 SITE VISIT. AA.52.252-2 CLAUSES INCORPORATED BY REFERENCE. a.http://farsite.hill.af.mil/ BB. 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. CC.52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. DD.252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE. EE.252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS FF.252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. GG.252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. HH.252.204-7008 COMPLAINCE WITH SAFEGUARDING COVERED DEFENSE INFROMATION CONTROLS II.252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION JJ.252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE. KK.252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING. LL.252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT MM.252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL. NN.252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - OO.252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS. PP.252.232-7010 LEVIES ON CONTRACT PAYMENTS QQ.252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS. RR.252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL Location: LAS VEGAS, NV Please see the attached "Performance Work Statement" (PWS) and "Request for Quote" (RFQ) for the 14 - (15) Passenger Vans that we are requesting a quote for 08 OCT thru 24 OCT 2017. This is for the TN National Guard. It will close 03 OCT 2017 at 2:00pm CST   Performance Work Statement Objective: The objective of this contract is to provide local transportation in support of the Tennessee Army National Guard Vans for IRMA Relief. The Contractor will perform administrative and operational tasks for TNARNG as detailed in this PWS. DeliverablePerformance StandardAcceptable 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 Safety4.0-4.1.5 Safety•Were vehicles in serviceable condition? •Were vehicles in compliance with state and local operational laws?•Verify Proper documentation 1.0Organizational 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 2.0Technical 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. 3.0Transportation: The Contractor will: 3.1.1Vendor will provide fourteen (14) 15-passenger vans for use in support of TN ARNG. •Pick-up location will be Las Vegas, NV. All vans will be picked up and returned to the same location. 3.1.2Unlimited Mileage for all vehicles 3.1.3TNARNG designated individual will physically inspect all vehicles prior to acceptance and may request exchange if vehicle does not meet contract standards. 4.0Fuel: 4.1Vendor will dispatch all vehicles with no less than a full tank of gas. 4.2Vendor will be responsible for refueling vehicles upon return. Cost of fuel will not exceed average cost of fuel per gallon plus fees customarily charged. 5.0Safety Requirements: 5.1Vehicles will be properly titled, registered and insured IAW Department of Revenue motor vehicle regulations. 5.1.2Vehicles 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. 5.1.4Vendor will be responsible for all services and/or repairs related to mechanical failure and emergency roadside assistance. 5.1.5Vendor will agree to hold TNARNG harmless for all damages caused by third parties unassociated with end user. 6.0Miscellaneous: 6.1When submitting a proposal 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 proposal. 6.1.2Contract Specialist for this Request for Proposal 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. 6.1.3Contracting Officer's Representative (COR) for the event is MSG Stan Laws, RS4 NCOIC, stanley.m.laws.mil@mail.mil, Phone: 865-582-3214 7.0Hours of Operation: See 3.1.1 8.0Contractor Manpower Reporting. 8.1The 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://www.ecmra.mil/Default.aspx 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.   Quality Assurance Plan: The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet provided below on a monthly basis. The Quality Assurance Worksheet will be submitted directly to the Administering Contracting Officer with a copy to the Contracting Officer Representative (COR) following the first month of performance following the service. Future months will be submitted to the Contracting Officer only, unless COR involvement is warranted (i.e. anything other than green). The COR will assume a quality performance rating of "Green" on all measured deliverables unless otherwise notified. The quality rating may change from "Green" to "Red" without notice. We anticipate the COR utilizing the "Yellow" quality rating to alert the contracting office and the COR of quality issues that have the potential for a "Red" quality rating if corrective action is not taken. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of "Green" unless otherwise annotated. The Contracting Officer listed in the contract will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the performance period, the COR will be asked to complete a Quality Performance Review to document the quality performance rating. This will be submitted to the Contracting Officer. If there are any ratings other than green a copy will be furnished to the contractor. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. RatingDescription Green Yes performance and technical specifications are being met at AQL. YellowYes, performance and technical specifications are currently being met at the minimum AQL, but the following service / deliverable needs contractor attention. The Customer must identify what component of the deliverable and/or service requires attention. RedNo, performance and technical specifications are not being met at AQL and the following service / deliverable needs immediate contractor resolution. The Customer must identify what component of the deliverable and/or service is below the minimum AQL. QUALITY ASSURANCE WORKSHEET Performance Work Statement #____________ TN ARNG Name:___________________________________ Performance Rating Deliverable/ServiceQuality RatingCausative FactorsEffect on MissionAction /Date VehiclesGreenComments Unnecessary for "Green" QA Rating Yellow Red SafetyGreenComments Unnecessary for "Green" QA Rating Yellow Red Approved by: Date: ___________________ (Contracting Officer's Representative)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-3/W912L7-18-Q-0500/listing.html)
- Place of Performance
- Address: 3041 SIDCO DRIVE, NASHVILLE, Tennessee, United States
- Record
- SN04700700-W 20171001/170929231418-513383be3aa68a90bc3fee05fe66b3d7 (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 |