|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445Department of Defense, OSD/WHS, Real Estate and Facilities Directorate,
Facilities Contract Office, Room 5A523 Pentagon, Washington, DC
20301-1155 W -- LEASED SEDAN TYPE VEHICLES SOL MDA946-99T0608 DUE 100499 POC
Contract Specialist Alvina Woodson 703-695-4905, Contracting Officer
Donna Truesdel 703-695-5184 (i) 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; proposals are being requested and a written
solicitation will not be issued. (ii) This Solicitation MDA94699T0608
is a Request for Quotation (RFQ) (iii) This Solicitation document and
incorporated provision and clauses are those in effect through Federal
Acquisition Circular Volume 64, No. 116, dated 17 June 1999. (iv) The
applicable Standard Industrial Code is 3711, the corresponding size
standard is 1000 employees. The Small Business Competitiveness
Demonstration Program does not cover this procurement. (v) A list of
contract line item number(s) and items, quantities and units of
measure, (including option(s)): CONTRACT LINE ITEM NUMBER (CLIN): 0001
~ (8 each) LEASED VEHICLES, BASE YEAR, 01 DEC 1999 THRU 30 SEP 2000,
MODEL YEAR 2000. CLIN 0002 ~ (8 each) LEASEDVEHICLES, OPTION YEAR I, 01
OCT 2000 THRU 30 SEP 2001, MODEL YEAR 2000. CLIN 0003 ~ (8 each) LEASED
VEHICLES, OPTION YEAR II, 01 OCT 2001 THRU 30 SEP 2002, MODEL YEAR
2001. CLIN 0004 ~ (8 each) LEASED VEHICLES, OPTION YEAR III, 01 OCT
2002 THRU 30 SEP 2003, MODEL YEAR 2001. Forward with quote, vehicle
type, model, specifications and photo(s). (vi) Description of
requirements for the items to be acquired. VEHICLE SPECIFICATIONS: (1.)
Five Passenger Capacity; (2.) Four Door Sedan (Exterior Color Dark Blue
Metallic); (3.) Power Seats, Front Left & Right; (4.) Power Windows;
(5.) Power Door Locks; (6.) AM/FM Cassette Stereo Radio; (7.) Power
Antenna; (8.) Factory Installed Air Conditioning; (9.) Factory
Installed Heater; (10.) Power Steering; (11.) Automatic Transmission;
(12.) Power Brakes; (13.) Bucket Seats (Front); (14.) Dark Blue Leather
Interior; (15.) Rear Fold Down Center Arm Rest; (16.) Dual Remote
Exterior Rear View Mirrors; (17.) Rear Widow Defroster; (18.) Floor
Mats, Front & Rear; (19.) Tinted Windows; (20.) Interval Window Wipers;
(21.) Windshield Washer System; (22.) Interior Overhead Dome Light;
(23.) Illuminated Entry System; (24.) Body Sound Installation; (25.)
Trunk and Glovebox Light; (26.) Power Trunk Release; (27.) Full Size
Spare Tire; (28.) Tilt Steering Column; (29.) Heavy Duty Cooling
System; (30.) Heavy Duty Suspension; (31.) Trunk Volume Minimum 16 Cu.
Ft.; (32) Wheel Base Min 113.0" Max 115.0"; (33.) Overall Length Min.
207" Max 214"; (34.) Overall Width Min. 74" Max 78"; (35.) Real Head
Room Front/Rear 38" 37"; (36.) Real Leg Room Front/Rear 42" 38"; (37.)
Rear Shoulder Room Min. 58"; Front/Rear; (38.) Rear Hip Room Min. 56"
59"; Front/Rear; (39.) Minimum 3.5 Liter V6 ; Maximum 4.6 Liter V8;
(40.) Reading lights in backseat, one on each side; (41) Registered &
Tagged in Washington, D.C. COMMERCIAL WARRANTY: The Contractor agrees
that the supplies or services furnished under this order shall be
covered by the most favorable commercial warranties the contractor give
to any customer for such supplies or services and that the rights and
remedies provided herein are in addition to and do not limit any rights
afforded to the Government by any other cause of this contract. (vii)
Date(s) and place(s) of delivery and acceptance and FOB point: See Item
number (v) for dates/performance period. (viii) The following provision
applies to this acquisition: Federal Acquisition Regulation (FAR)
52.212-1 entitled Instructions to Offerors Commercial. The following
provision is being added as an Addendum: FAR 52.214-31 Facsimile
Bids/Quotes. (ix) The following provision does not apply to this
acquisition: FAR 52.212-2 entitled Evaluation -- Commercial Items. The
following provision does apply to this acquisition: FAR 52.217-5
Evaluation of Options. However, the Government intends to review quotes
and award a contract without discussions. The Government reserves the
right to conduct discussions if later determined by the contracting
officer to be necessary. The Government may reject any or all quotes if
such action is in the public interest; accept other than the lowest
quote; and waive informalities and minor irregularities in offers
received. Award will be based upon best value to the Government. (x)
Offers are to include a completed copy of provision Federal Acquisition
Regulation (FAR) 52.212-3 entitled Offeror Representations and
Certifications -- Commercial Items. WEBSITE:www.policyworks.gov (xi)
The following clauses apply to this acquisition: FAR 52.212-4 entitled
Contract Terms and Conditions -- Commercial Items. The following
clauses are added as an Addendum to this section: FAR 52.243-1, Option
Clauses: 52.217-8, 52.217-9. NOTE: The inclusion of the FAR Option
Clauses shall not obligate the government to exercise the Option(s).
(xii) The following clause is applicable to this acquisition: FAR
52.212-5 entitled Contract Terms and Conditions Required To Implement
Statutes Or Executive Orders -- Commercial Items. The following FAR
Clauses within the aforementioned clause are being selected as
applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-19,
52.232-33, 52.222-41, 52.222-42, and 52.222-43. (xiii) The following
are additional contract requirement(s) or terms and conditions
necessary for this acquisition that are consistent with customary
commercial practices. (a) DFAR 252.204-7004, Required Central Contract
Registration (CCR). ONLY CCR REGISTERED CONTRACTORS ARE ELIGIBLE FOR
AWARD. See web address http://www.ccr2000.com or call 1-888-227-2423.
(b) SPECIAL PURCHASE ORDER AWARD REQUIREMENTS: REGISTRATION, LICENSE
AND STATE INSPECTION STICKER -- The contractor will ensure that all
vehicles furnished the Government under this contract are currently and
validly registered with the District of Columbia (DC), Department of
Motor Vehicles. The contractor is responsible for obtaining DC
tags/license plates, registration cards as well as District applicable
inspection stickers, which shall be renewed annually. Vehicles
furnished shall meet all state and local laws for operation on public
highways. Rent shall be prorated on the basis of 1/30th of the monthly
rate beginning the day the vehicle(s) is in the Government's
possession. REPAIRS TO VEHILCE(S): MINOR REPAIRS; When a vehicle
furnished the Government under this contract requires minor repairs
while said vehicle is not located at the contractor's facility, the
Government point of contact will, as deemed necessary and appropriate,
request the contractor to make such repairs. The contractor will not
be paid for the day(s) which vehicle(s) are inoperative, awaiting or
undergoing repairs after (72) hours, unless the contractor provides a
like vehicle as a replacement. MAJOR REPAIRS; Vehicles requiring major
repairs, such as repairs of transmission, differentials, and engines
will be the responsibility of the contractor. The contractor will be
responsible for recovering the vehicle(s) requiring major repairs and
returning said vehicle(s) to the control of the Government point of
contact after repair of the vehicles(s). If it is determined that the
repairs are necessitated by the action or negligence of the contractor,
its employees, servants, or agents, or by the malfunction of the
vehicles(s), or by fair wear and tear, the control will be responsible
for transporting the vehicles(s) from the motor pool to the
contractor's workshop. The contractor will not be paid for the day or
days when vehicles(s) are undergoing repairs, unless the contractor
provides a like vehicle(s) as a replacement. All repairs, both major
and minor, resulting from the actions or negligence of the contractor,
his agents or servants; from fair wear and tear; or from the
malfunction of vehicle(s) or their components are the responsibility of
he contractor. The Government reserves the right to require the
replacement of any vehicle(s) which is disable due the action or
negligence of the contractor, his employees, servants or agents, or due
to fair wear and tear or due to malfunction of the vehicle(s) or their
components at no additional cost to the Government.DAMAGES TO
VEHICLE(S); Notwithstanding terms or conditions to the contrary in a
resultant contract, the Government shall be liable in accordance with
applicable Federal Acquisition Regulations. Damaged vehicles will not
be returned to the contractor until a complete investigation has been
made by the appropriate DoD officials and the second joint technical
inspection has been made to determine liability and cost of repairs
accordingly. Vehicles damaged as a result of an accident and the fault
of the accident is not the Government's, the contractor will be
responsible to repair said vehicles. The Government may retain damaged
vehicles for a period of 48 hours for investigation purposes without
accrual of rent. When it has been determined that the Government is
responsible for the cost of repairs, the cost of repairs and the
required time to repair the vehicles(s) shall be computed in accordance
with the Motor Vehicle Flat Rate and Parts Manual, as accepted and
approved by both Government and industry. The contractor will not be
paid for the day or days a vehicle(s) is inoperative awaiting or
undergoing repairs. Payment will stop when the contracting officer
notifies the contractor that a vehicle needs repairs. Any failure of
the contracting officer to agree on the fair and reasonable cost of
repairs shall be considered a dispute and settle in accordance with the
Disputes clause of resultant contractor. GOVERNMENT RESPONSIBILITY FOR
REPAIRS: When it is determined that the Government is responsible for
the cost of repairs due to a vehicle involved in an accident, the
contractor shall provide or offer a source to repair the vehicle. Upon
receipt of a repair facility provided y the contractor, the Government
may contract with the repair facility to pay for the repairs after a
final voucher stating the total cost has been presented to the
contracting officer. The repair of vehicles under such circumstances
shall not be considered a part of the resultant contract. PREVENTATIVE
MAINTENANCE: The contractor shall promptlyservice each vehicle
furnished to the Government under this contract to include oil,
lubrication, filters, tune-up, air conditioning refrigerant, as
recommended by manufacturer, and antifreeze to insure against damage to
vehicles caused by extreme temperature fluctuation, prior to being
delivered to the Government point of contact for inspection and
recommendation for acceptance. The contractor shall schedule
maintenance of the vehicles as specified in the manufacturer's car
manual, or more frequently, if required. TIRES: Tires are to be
replaced by the contractor as needed, to meet state inspection and
safety standards. GASOLINE: Vehicles shall be full of fuel when
delivered to the Government and shall be full of fuel when returned to
the contractor at the second joint technical inspection. The
Government will be responsible for gasoline for the period between the
first and second joint technical inspections. OPERATION OF VEHICLES:
Solely DoD personnel who are licensed drivers will operate all leased
vehicles. MARKING REGULATIONS: All vehicles furnished under this
contract shall be without commercial marking. UNLIMITED MILEAGE: All
vehicles furnished to the Government under this contract shall have no
mileage restrictions. Mileage shall be unlimited with no additional
cost to the Government to include option years, if the Government
exercises such options. ALTERATIONS AND ATTACHMENTS: The Government or
its duly authorized agent(s) may make alterations or install
attachments to the vehicles at the Government's expense, provided that
a safety hazard is not thereby created. The contractor shall be
notified at least 30 days in advance of any such alterations or
attachments. Such alterations or attachments which are not the property
of the contractor shall be removed immediately after expiration or
termination of contract and the vehicle(s) restored to its original
form, excluding fair wear and tear at Government expense. TITLE: Title
to equipment, accessories and devices leased under this contract shall
remain withthe contractor. All devices and accessories furnished by the
contractor except those purchased by the Government shall accompany the
equipment when returned to the contractor. INSURANCE: The contractor
shall maintain insurance. This part covers the procedures for the
leasing, from commercial concerns, of motor vehicles that comply with
Federal Motor Vehicle Safety Standards and applicable State motor
vehicle safety regulations. Federal Acquisition Regulations: 52.208-4
-- Vehicle Lease Payments; 52.208-5 -- Condition of Leased Vehicles;
52.208-6 -- Marking of Leased Vehicles; 52.208-7 -- Tagging of Leased
Vehicles; 52.232-18 -- Availability of Funds; 52.228-8 -- Liability and
Insurance -- Leased Motor Vehicles. (xiv) There is not a Defense
Priorities and Allocations System (DPAS) number assigned to this
acquisition. (xv) See Number Note 1. (xvi) Submission and delivery of
quotes from interested sources are to be forwarded by October 04, 1999
by 12:00 noon, at one of the following locations: via facsimile
703-693-6807, Pentagon Metro Entrance, or Pentagon South Parking
Entrance. (xvii) The points of contact for this acquisition are
Contract Specialist Ms. Alvina Woodson 703-695-4905, Contracting
Officer Ms. Donna Truesdel 703-695-5184. ANY FURTHER INQUIRIES ARE TO
BE FORWARDED VIA FACSIMILE ON 703-693-6807. NO TELEPHONE INQUIRIES WILL
BE ANSWERED REGARDING THIS SOLICITATION. Posted 09/29/99 (W-SN386456).
(0272) Loren Data Corp. http://www.ld.com (SYN# 0087 19991001\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|