Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

R -- Zone 1 Marshalling Services GSA Fleet

Notice Date
10/16/2020 5:45:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
GSA/FAS AUTOMOTIVE CENTER WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47QMCA20Q0044
 
Response Due
10/21/2020 2:00:00 PM
 
Archive Date
11/05/2020
 
Point of Contact
Charlene Cardenas, Phone: 7036038182, Cassandra Jones, Phone: 4043315318
 
E-Mail Address
charlene.cardenas@gsa.gov, cassandra.jones@gsa.gov
(charlene.cardenas@gsa.gov, cassandra.jones@gsa.gov)
 
Description
See attached document 47QMCA20Q0044 Amendment 0002 posted�October 16, 2020. ****************************************************************************************** See attached document 47QMCA20Q0044 Amendment 0001 posted October 8, 2020.� *********************************************************************************** Combined Synopsis/Solicitation Title:�� Zone 1 Marshalling Services GSA Fleet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6/13.303, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� The solicitation number is 47QMCA20Q0044, a request for quote (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08.� The Government intends to establish up to 3 Blanket Purchase Agreements (BPA) in each required location for marshalling services in support of the General Services Administration�s Fleet Program Office. This effort encompasses receipt, inspection, preparation, assignment/termination of new, exchange, or reassignment for Government owned or leased vehicles.� The BPAs will be effective for approximately 60 months.� The Service Contract Act does apply and DOL Wage Determinations by locality will apply for any BPAs awarded. Marshalling locations are required to be within the specific service location areas listed in this RFQ. Offers outside of these service areas will not be accepted.� The annual estimate for the number of vehicles to be marshalled within each service area is identified with the location list. The specific work requirements are detailed within the attached Statement of Works (SOW). Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the beta.SAM.gov website at https://beta.sam.gov/ .� This office will not issue hard copy solicitations.� By submitting a quotation, the offeror: Self-certifies that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency; and� Acknowledges the Federal Acquisition Regulation (FAR) 52.204-7 requirement to be registered in SAM prior to the establishment of a BPA. Information about SAM may be found at https://www.sam.gov. This Solicitation is comprised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. BASIS OF AWARD IV. CLAUSES and BPA TEMPLATE V. ADDITIONAL INFORMATION FOR OFFERORS VI. LOCATION LIST ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK See the following attached Statements of Works: **Marshalling Services **Custodial Marshalling Services (optional) ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A.� Vendor Response Document The offeror must complete and return the attached Vendor Response Document with its quotation.� FAR 52.213-3 Offerors Representations and Certifications-Commercial items (Jun 2020) is attached as referenced in the Vendor Response Document. Part B.� Pricing The offeror must provide a price for line items offered using the attached Schedule of Services in Microsoft Excel format.� ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ All questions or clarifications, referencing this submittal and SOW must be submitted to via email to ontheroad@gsa.gov with the subject line �QUESTIONS FOR 47QMCA20Q0044�. Questions must be submitted by no later than October 6, 2020, 5 PM Eastern. Hard copy or faxed questions will not be accepted.� The deadline for receipt of quotes is October 16, 2020, 5 PM Eastern.� All documents required for submission must be sent via email to ontheroad@gsa.gov with the subject line �QUOTE FOR 47QMCA20Q0044�.�� ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. BASIS OF AWARD BPAs will be issued on the basis of best value to the Government considering past performance, technical capability, and price. Past performance will be evaluated based on the relevance of the past performance and the quality and timeliness of delivery. The Government reserves the right to use additional past performance references if necessary beyond those submitted by the offeror.� Technical capability will be evaluated based on the submissions within the Vendor Response Document and subsequent site visit by Government personnel.� Prices offered must be determined by the Government to be fair and reasonable. Responsibility determinations will precede issuance of a BPA and will be conducted in accordance with FAR 9.104. The Government intends to establish up to 3 Blanket Purchase Agreements (BPA) in each required location for marshalling services.� Preference for establishing BPAs will be given to small businesses.� The associated NAICS code and small business size standard are 811111 and $8 million, respectively. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. CLAUSES and BPA TEMPLATE See attached clauses which will be applicable to this BPA. See attached BPA Template which will be used to establish the BPAs. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them.� Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received.� Inquiries must be emailed as directed in Section II Format and Submission of Proposal. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. All calls/orders must be acknowledged by the selected BPA Holder in order to be retained on the BPA calling list. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. LOCATION LIST See attached location list which contains the annual estimate for the number of vehicles to be marshalled within each service area.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e87c9c044ccb4f4e82ec1d74fc03bad2/view)
 
Record
SN05829615-F 20201018/201016230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.