Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2021 SAM #7139
SOLICITATION NOTICE

W -- Rental of Utility Terrain Vehicles

Notice Date
6/16/2021 1:58:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ21Q9693
 
Response Due
6/18/2021 3:00:00 PM
 
Archive Date
07/03/2021
 
Point of Contact
Robyn D. Wells
 
E-Mail Address
Robyn.D.Wells@usace.army.mil
(Robyn.D.Wells@usace.army.mil)
 
Description
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. Competitive quotes are being requested under W912HZ21Q9693. The associated North American Industry Classification System (NAICS) code for the procurement is 532111 (Passenger Car Rental) and the Small Business size standard is $38.5 million.�The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory (CHL) has a requirement to rent six�utility terrain vehicles (UTV's) to support the needs of visiting researchers at the USACE Field Research Facility (FRF).�� A total of six�UTV's are required for a four-month period. Three�of the UTVs will have seating for four�adults, and three�of the UTV's will have seating for two�adults. All UTVs must have:��4-wheel drive;�diesel engines;�cargo box Enclosed cabs are desirable for at least two of the UTV's but are not required. Delivery will be made to:�� USACE-ERDC,�Coastal Observations & Analysis Branch,�Field Research Facility,�1261 Duck Road,�Duck, NC 27949 The UTV's need to be delivered between July 25 and Aug 5, 2021. In order to receive an award, all contractors must be registered in the System for Award Management under the above NAICS code. This procurement is being competed as Unrestricted and in accordance with regulations at FAR Part 12, Acquisition of Commercial Items. If Terms and Conditions are included with the quote, ONLY include those Terms and Conditions in which you would not be willing to accept an award unless included.� Reference to a link to obtain any type of binding terms is unacceptable.�� � The government intends to make a single award for this requirement. It will be awarded as a Firm Fixed Price contract.� Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: (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: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. Price - The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. �Offeror's are encouraged to propose their best price. The Government will evaluate offers for award purposed based off the bottom line total inclusive of any options.� Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the service specified and the ability to meet the Delivery Date.� It is not the intent of the government to enter into negotiations. �It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote.� An award will be made on the basis of the lowest evaluated price�(IAW 52.212-2(b))�of quotes meeting or exceeding the acceptability standards for non-cost factors. Before a complete evaluation of your quote can be made offerors must provide ""Offeror Representations and Certifications"" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222?38, FAR Clause 52.222?35, FAR Clause 52.222?37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set?aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs�VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warrior Program � http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation�Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans � Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_- _guide_to_hiring_veterans_0.pdf National Industries for the Blind (NIB) will allow contractors to a federal agency who are not an authorized distributor/dealer or partner to buy for use on their service contract or on behalf of the government mandatory use items (AB1 products/items) with the issuance of a quote mark Letter of Authorization quote mark . They can procure the items from our e-Commerce site (www.AbilityOne.com) or work through a distributor/local dealer from the AbilityOne list provided under Janitorial (List available from www.AbilityOne.gov/distributors). In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Priced, Technically Acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160630, (06/30/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.acquisition.gov/content/regulations. Section E, Inspection and Acceptance 52.246-2, Inspection Of Supplies--Fixed Price Section F, Deliveries or Performance 52.247-34, F.O.B. Destination Section G, Contract Administration Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Section I, Contract Clauses 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-4, Contract Terms and Conditions Commercial 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-1, Buy American- Supplies 52.225-2, Buy American Certificate 52.232-8, Discounts for Prompt Payment 52.232-23, Assignment of Claims, Alt I 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control Of Government Personnel Work Product 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea Section K, Representations and Certifications 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-3, Alt I, Offeror Representations and Certification - Commercial Items 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Section L, Instructions, Conditions, and Notices to Offerors or Respondents 52.204-7, System for Award Management Registration 52.204-16, Commercial and Government Entity Code Reporting 52.212-1, Instructions to Offerors - Commercial Items 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations Section M, Evaluation Factors for Award 52.212-2, Evaluation Commercial Items NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR�AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at www.beta.sam.gov. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Interested parties may submit quotes for consideration by the Government to Robyn.D.Wells@usace.army.mil not later than 18 June�2021, 5:00�P.M./CST. Oral communications are not acceptable in response to this notice. Please reference W912HZ21Q9693/Rental of UTV's for FRF in all correspondence.� Offerors should check the beta.sam.gov website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Any questions shall be emailed to Robyn.D.Wells@usace.army.mil. It is the interested Offerors' responsibility to check beta.sam.gov for updated information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86398f62e7e444e8b45da50ed09211d5/view)
 
Place of Performance
Address: Kitty Hawk, NC 27949, USA
Zip Code: 27949
Country: USA
 
Record
SN06033517-F 20210618/210616230119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.