Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

W -- Rental Vehicles - Combo Syn/Sol

Notice Date
1/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3A18008AW01
 
Archive Date
1/31/2018
 
Point of Contact
Richard R. Caesar, Phone: 3349533100, Paulette Montgomery-Troy, Phone: 334-953-5475
 
E-Mail Address
richard.caesar.1@us.af.mil, paulette.montgomery-troy@us.af.mil
(richard.caesar.1@us.af.mil, paulette.montgomery-troy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combo Synopsis/Solicitation- Corona 2018 Rental Vehicles I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase items and services as described in the Statement of Work (SOW), (attachment 1). This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-96 and DFARS DPN change notice 06 Nov 2017. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: This acquisition is being solicited as a full and open competition. The North American Industrial Classification System (NAICS) code for this acquisition is 532111 with a size standard of $38.5 million. The Defense Priorities and Allocations System rating is C9E. II. NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. Quotes must be received 16 Jan 2018, 1400 hrs. CST. E-Mail quotes are acceptable. Email quotes to SrA Richard Caesar at richard.caesar.1@us.af.mil and Mrs. Paulette Montgomery-Troy at paulette.montgomery-troy@us.af.mil If there are any questions please email or call SrA Casear at (334) 953-3100. III. SCHEDULE OF SUPPLIES/SERVICES: Period of Performance (PoP): 19 Feb 2018 - 01 March 2018 IAW below Statement of Work (Attachment 1 &2) The contractor shall provide the items and services listed below. CLIN 0001 : Premium 4-Door Sedans Unit Quantity Unit Price Total Price Each 20 $ $ CLIN 0002 : Minivans Unit Quantity Unit Price Total Price Each 4 $ $ CLIN 0003 : 8-10 ft Box trucks Unit Quantity Unit Price Total Price Each 2 $ $ CLIN 0004 : Full Size SUVs Unit Quantity Unit Price Total Price Each 20 $ $ CLIN 0005 : Executive Surreys (Luxury Minibus) Unit Quantity Unit Price Total Price Each 4 $ $ CLIN 0006 : SUVs Unit Quantity Unit Price Total Price Each 2 $ $ CLIN 0007 : Luxury Sedans Unit Quantity Unit Price Total Price Each 7 $ $ CLIN 0008 : 15-Pasenger Vans Unit Quantity Unit Price Total Price Each 1 $ $ IV. DELIVERY INFORMATION Delivery Addresses: Maxwell Air Force Base, Alabama 36112 Attn: LRS - Capt Adam McClish and/or Mr. Timothy Morris Shipping will be FOB Destination V. QUOTE PREPARATION INSTRUCTIONS INSTRUCTIONS TO OFFERORS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit a signed and dated quote with unit prices and extended prices in response to this solicitation. In doing so offerors must respond to Part I (Technical) and Part II (Price) as described below. b. Specific Instructions: 1. All quote information shall be submitted to: 42d Contracting Squadron, Attention: SrA Richard Caesar at richard.caesar.1@us.af.mil and Mrs. Paulette Montgomery-Troy at paulette.montgomery-troy@us.af.mil. The quote must be signed and dated by an authorized official of the company. Electronic submissions via e-mail are authorized. 2. Offerors are cautioned that Maxwell AFB, AL has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING QUOTES. Offerors should allow sufficient time to obtain base access and arrive at the contracting office PRIOR to the time specified for receipt of offers. Late quotes will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." c. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items unless ORCA is up to date in System for Award Management (SAM). d. Offerors must provide a unit price and extended price for all CLINs referenced in the "SCHEDULE OF SUPPLIES/SERVICES." e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. f. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. g. Quote Contents: PART I - TECHNICAL: TECHNICAL ACCEPTABILITY. Offeror's quotes will be considered technically acceptable if they take no exceptions to the synopsis/solicitation and the statement of requirements (Attachments 1 & 2) PART II - PRICE: The offeror must submit proposed unit and extended prices in Section III (see above) of the synopsis/solicitation for all CLINs listed above. The price factor will be evaluated for reasonableness. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. VI. BASIS FOR AWARD The contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. This will be a competitive acquisition utilizing FAR 13.5, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced quote that have acceptable technical and past performance ratings. PART I - TECHNICAL: 1. TECHNICAL EVALUATION. The Government will evaluate each offeror's written statement that address exceptions to the synopsis/solicitation and statement of requirements (attachment 1 & 2). PART II - PRICE: Finally, the Government will evaluate the price of all quotes that receive acceptable technical and past performance ratings as follows: Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar services in a related industry, comparison to an independent Government estimate, or any other reasonable basis in accordance with FAR 13.106-2. The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and in the format specified in Quote Preparation Instructions. Offeror's may be asked to clarify certain aspects of their quote (e.g., the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. VI. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2. The Following Provisions and Clauses Are Incorporated By Reference: FAR 52.204-7 System for Award Management (OCT 2016) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.209-6 Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) FAR 52.212-2 Evaluation - Commercial Items (OCT 2014) FAR 52.212-3 Alt 1, Offeror Representations and Certifications (JAN 2017) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (OCT 2016) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005 Representation Relating To Compensation of Former Dod Officials (NOV 2011) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) DFARS 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) DFARS 252.211-7006 Passive Radio Frequency Identification (Jun 2016) DFARS 252.223- 7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014) DFARS 252.225-7048 Export Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea-Basic(Apr 2014) FAR Clauses and Provisions by Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)(JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 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) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.204-7006 Billing Instructions (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) MP 5352.223-9001 Health and Safety on Government Installations (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) FAR 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 http://farsite.hill.af.mil. (End of Provision) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ( Block 15 (Deliver To) of SF1449 ) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. Issue By DoDAAC Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base Admin DoDAAC Block 16 (Administered by) of SF1449 Inspect By DoDAAC Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC / Ext this code identifies the inspector. Ship To Code Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship From Code "Not applicable." Mark For Code Customer Service Approver (DoDAAC) "Not applicable." Service Acceptor (DoDAAC) Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. Accept at Other DoDAAC "Not applicable." LPO DoDAAC "Not applicable." DCAA Auditor DoDAAC "Not applicable." Other DoDAAC(s) "Not applicable." (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. kori.mcnabb@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. patrick.enslen.1@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN JUN 2016 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Attachments: •1. SOW Statement of Work Vehicle Lease; 59 Vehicles 19 Feb - 1 Mar 2018 1 Description of Requirement 2 1.1. Period of Performance 2 1.2. Total 2 1.3. Luxury Class Sedans 2 1.4. Premium 4 Door Sedans 2 1.5. Minivans 3 1.6. 8 to 10 Foot 1 Ton Box Truck 3 1.7. Full Size SUV (Dark in Color) 3 1.8. Delivery 4 1.9. Receipt Condition 4 1.10. License and Registration 4 1.11. Contractor Maintenance 4 1.12. Government Maintenance 4 1.13. Major Repairs 4 1.14. Normal Wear and Tear 5 1.15. Return Condition 5 1. Description of Requirement The contractor shall provide all labor, equipment, and transportation in performance of a vehicle lease contract for the period from 19 February through 1March 2018 delivered to Maxwell Transportation; 330 West Selfridge Street Building 1095, Maxwell AFB, Montgomery AL 36112. 1.1. Period of Performance The performance period will be for 11days. The receiver will have the right to extend the lease agreements on an as needed basis. The contractor must deliver the specified vehicles as described below. 1.2. Total The Government requires 59 vehicles that meet the size and cargo requirements as outlined below. The Government will use each vehicle via lease agreement. The vehicles must meet all requirements outlined in the following paragraphs. 1.3. Luxury Class Sedans 19 Feb - 1 Mar 2018 Seven Luxury class vehicles equipped with the following: 1.3.1. Emergency flashers 1.3.2. Standard jack 1.3.3. Lug wrench 1.3.4. Spare tire 1.3.5. Operator's handbook 1.3.6. Seating capacity for 6 to include the driver 1.3.7. Seat belts for 6 1.3.8. Standard mirrors 1.3.9. Vehicles shall be free of any logos or advertising except for vehicle identification 1.3.10. Heating and air conditioning 1.3.11. Automatic transmission 1.3.12. Power steering 1.3.13. Anti-lock Brake System (ABS) 1.3.14. Airbags (driver and passenger) 1.3.15. No pet odor or pet hair 1.3.16. Nonsmoking vehicles only; no cigarette smoke odor 1.3.17. Muted colors (no red) 1.4. Premium 4 Door Sedans 23 Feb - 1 Mar 2018 Twenty One 4-door sedans vehicles shall be equipped with the following: 1.4.1. Emergency flashers 1.4.2. Standard jack 1.4.3. Lug wrench 1.4.4. Spare tire 1.4.5. Operator's handbook 1.4.6. Seating capacity for 5 to include the driver; 1.4.7. Seat belts for 5; 1.4.8. Standard mirrors; 1.4.9. Vehicles shall be free of any logos or advertising except for vehicle identification 1.4.10. Heating and air conditioning 1.4.11. Automatic transmission 1.4.12. Power steering 1.4.13. Anti-lock Brake System (ABS) 1.4.14. Airbags (driver and passenger) 1.4.15. No pet odor or pet hair 1.4.16. Nonsmoking vehicles only; no cigarette smoke odor 1.5. Mini Vans 23 Feb - 1 Mar 2018 Four Minivans shall be equipped with the following: 1.5.1. Emergency flashers 1.5.2. Standard jack 1.5.3. Lug wrench 1.5.4. Spare tire 1.5.5. Operator's handbook 1.5.6. Seating capacity for 7 to include the driver; 1.5.7. Seat belts for 7; 1.5.8. Standard mirrors; 1.5.9. Vehicles shall be free of any logos or advertising except for vehicle identification 1.5.10. Heating and air conditioning 1.5.11. Automatic transmission 1.5.12. Power steering 1.5.13. Anti-lock Brake System (ABS) 1.5.14. Airbags (driver and passenger) 1.5.15. No pet odor or pet hair 1.5.16. Nonsmoking vehicles only; no cigarette smoke odor 1.6. 8 to 10 Foot 1 Ton Box Truck 23 Feb - 1 Mar 2018 Two 8 to 10 foot box truck shall be equipped with the following: 1.6.1. Emergency flashers 1.6.2. Lift Gates (optional) 1.6.3. Standard jack 1.6.4. Lug wrench 1.6.5. Spare tire 1.6.6. Operator's handbook 1.6.7. Seating capacity for 3 to include the driver; 1.6.8. Seat belts for 3; 1.6.9. Standard mirrors; 1.6.10. Vehicles shall be free of any logos or advertising except for vehicle identification 1.6.11. Heating and air conditioning 1.6.12. Automatic transmission 1.6.13. Power steering 1.6.14. Anti-lock Brake System (ABS) 1.6.15. Airbags (driver and passenger) 1.6.16. No pet odor or pet hair 1.6.17. Nonsmoking vehicles only; no cigarette smoke odor 1.7. Full size SUV (Dark in Color) 23 Feb - 1 Mar 2018 Twenty full size SUVs (dark in color) shall be equipped with the following: 1.7.1. Emergency flashers 1.7.2. Standard jack 1.7.3. Lug wrench 1.7.4. Spare tire 1.7.5. Operator's handbook 1.7.6. Seating capacity for 6 to include the driver; 1.7.7. Seat belts for 6; 1.7.8. Standard mirrors; 1.7.9. Vehicles shall be free of any logos or advertising except for vehicle identification 1.7.10. Heating and air conditioning 1.7.11. Automatic transmission 1.7.12. Power steering 1.7.13. Anti-lock Brake System (ABS) 1.7.14. Airbags (driver and passenger) 1.7.15. No pet odor or pet hair 1.7.16. Nonsmoking vehicles only; no cigarette smoke odor 1.8. Delivery The contractor shall deliver the vehicles to a designated government representative at the Maxwell Transportation Department, Building 1095, Maxwell AFB, on the contract start date starting at 0800 hours. The contractor shall pick up vehicles at the same location at the end of the contract in coordination with the government representative. 1.9. Receipt Condition The vehicles shall be in good, clean, safe, and serviceable operating condition in accordance with the owner's manual. This receipt condition applies whenever the contractor returns a vehicle to the Government whether at contract start or after repair. The vehicles shall be in like new condition with no change oil lights, tire pressure lights, or check engine light illuminated, no visible stains, or unusual odors such as pet, cigarette, etc. All vehicles shall be fully fueled. 1.10. License and Registration Vehicles shall be registered and licensed and comply with all applicable safety and environmental laws, ordinances, rules and regulations. 1.11. Contractor Maintenance The contractor shall deliver a replacement vehicle in the event a vehicle fails to meet the described requirements at any time during the contract period. 1.12. Government Maintenance The assigned Government driver shall perform regular operator maintenance on the vehicle to include checking and maintaining the correct level of motor oil and other readily accessible fluid levels such as the engine coolant, windshield washer solution, and brake fluid. 1.13. Major Repairs The designated government representative shall inform the contractor when he/she suspects the need for major repair and coordinate a time and date for delivery of the vehicle to the contractor's normal place of business. The contractor shall be responsible for the cost of all major repairs; towing; tire and battery replacement. 1.14. Normal Wear and Tear Normal wear and tear includes: 1.14.1. Minor scratches, small dents, and small chips in the paint caused by everyday driving to include dents caused by other vehicles' doors hitting vehicles during opening and closing; 1.14.2. Chips and cracks in the windshield caused by flying debris on the road; 1.14.3. Flat tires caused by road debris such as nails or screws or caused by unavoidable hole in the road; 1.14.4. Seat and upholstery wear. 1.15. Return Condition The Government will return vehicles to the contractor in clean condition. The designated government representative will ensure accessories received with the vehicle are inside the vehicle at time of turn in. The contractor shall inspect the vehicle and notify the contracting officer of any damages other than normal wear and tear. The Government shall be responsible for any damage found other than normal wear and tear. The designated government representative will sign any damage reports and forms detailing the conditions of vehicles on the dates of turnovers to the government and returns to the contractor. All vehicles will be returned to the contractor fully fueled. The Government reserves the right to return any vehicle that does not meet standards and to extend the contract on vehicles on an as needed basis. 2. SOW Statement of Work Vehicle Lease; 4 Distinguished Visitor (DV) Surrey Buses 23 February - 01 March 2018 1 Description of Requirement 2 1.1. Period of Performance 2 1.2. Total 2 1.3. 24 Passenger DV Surrey Bus 2 1.4. Delivery 2 1.5. Receipt Condition 2 1.6. License and Registration 3 1.7. Contractor Maintenance 3 1.8. Government Maintenance 3 1.9. Major Repairs 3 1.10. Normal Wear and Tear 3 1.11. Return Condition 3 1. Description of Requirement The contractor shall provide all labor, equipment, and transportation in performance of a vehicle lease contract for the period from 23 February through 01 March 2018 delivered to Maxwell Transportation; 330 West Selfridge Street Building 1095, Maxwell AFB, Montgomery AL 36112. 1.1. Period of Performance The performance period will be for 7 days. The receiver will have the right to extend the lease agreements on an as needed basis. The contractor must deliver the specified vehicles as described below. 1.2. Total The Government requires 4 vehicles that meet the size and cargo requirements as outlined below. The Government will use each vehicle via lease agreement. The vehicles must meet all requirements outlined in the following paragraphs. 1.3. 24 Passenger DV Surrey Bus Four 24 passenger DV Surrey buses equipped with the following: 1.3.1. Emergency flashers 1.3.2. Standard jack 1.3.3. Lug wrench 1.3.4. Spare tire 1.3.5. Operator's handbook 1.3.6. Seating capacity for 24 plus driver (all forward facing seats; no horse shoe style) 1.3.7. Seat belts for 24; 1.3.8. Standard mirrors; 1.3.9. Vehicles shall be free of any logos or advertising except for vehicle identification 1.3.10. Heavy duty heating and air conditioning 1.3.11. Automatic transmission 1.3.12. Power steering 1.3.13. Anti-lock Brake System (ABS) 1.3.14. No pet odor or pet hair 1.3.15. Nonsmoking vehicles only; no cigarette smoke odor 1.3.16. Rear luggage compartment 1.4. Delivery The contractor shall deliver the vehicles to a designated government representative at the Maxwell Transportation Department, Building 1095, Maxwell AFB, on the contract start date by 0800 hours (earlier delivery acceptable at the convenience of the contractor). The contractor shall pick up vehicles at the same location at the end of the contract in coordination with the government representative. 1.5. Receipt Condition The vehicles shall be in good, clean, safe, and serviceable operating condition in accordance with the owner's manual. This receipt condition applies whenever the contractor returns a vehicle to the Government whether at contract start or after repair. The vehicles shall be in like new condition with no change oil lights, tire pressure lights, or check engine light illuminated, no visible stains, or unusual odors such as pet, cigarette, etc. All vehicles shall be fully fueled. 1.6. License and Registration Vehicles shall be registered and licensed and comply with all applicable safety and environmental laws, ordinances, rules and regulations. 1.7. Contractor Maintenance The contractor shall deliver a replacement vehicle in the event a vehicle fails to meet the described requirements at any time during the contract period. 1.8. Government Maintenance The assigned Government driver shall perform regular operator maintenance on the vehicle to include checking and maintaining the correct level of motor oil and other readily accessible fluid levels such as the engine coolant, windshield washer solution, and brake fluid. 1.9. Major Repairs The designated government representative shall inform the contractor when he/she suspects the need for major repair and coordinate a time and date for delivery of the vehicle to the contractor's normal place of business. The contractor shall be responsible for the cost of all major repairs; towing; tire and battery replacement. 1.10. Normal Wear and Tear Normal wear and tear includes: 1.10.1. Minor scratches, small dents, and small chips in the paint caused by everyday driving to include dents caused by other vehicles' doors hitting vehicles during opening and closing; 1.10.2. Chips and cracks in the windshield caused by flying debris on the road; 1.10.3. Flat tires caused by road debris such as nails or screws or caused by unavoidable hole in the road; 1.10.4. Seat and upholstery wear. 1.11. Return Condition The Government will return vehicles to the contractor in clean condition. The designated government representative will ensure accessories received with the vehicle are inside the vehicle at time of turn in. The contractor shall inspect the vehicle and notify the contracting officer of any damages other than normal wear and tear. The Government shall be responsible for any damage found other than normal wear and tear. The designated government representative will sign any damage reports and forms detailing the conditions of vehicles on the dates of turnovers to the government and returns to the contractor. All vehicles will be returned to the contractor fully fueled. The Government reserves the right to return any vehicle that does not meet standards and to extend the contract on vehicles on an as needed basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3A18008AW01/listing.html)
 
Place of Performance
Address: 50 South Lemay Plaza, Maxwell AFB, Alabama, 361111, United States
Zip Code: 61111
 
Record
SN04787167-W 20180113/180111230806-8534c3500478374019ba8b7d55674989 (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.