Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445

Department 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