Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462

Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20001-4518

V -- LEASE OF SEDANS SOL USSS000003 DUE 110599 POC Renea Morton, Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801, Email None WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=USSS000003&Lo cID=38. E-MAIL: Renea Morton, None. 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. Solicitation No. USSS000003 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-13. This action is a 100% small business set-aside. The associated SIC Code is 7515; and the small business standard is $18.5 million over the last three (3) years. The U. S. Secret Service (USSS) has a requirement for a three-year lease of Qty 8, Each, Cadillac Deville, four-door sedans, plus an option for an additional Qty 6, Each, Cadillac Deville sedans with the same specifications. Successful offeror shall provide Model Year 2000 vehicles for the base 12-month period, and current model year for optional quantity(s) in accordance with specifications outline herein. It is estimated that each vehicle shall be driven approximately 20,000 miles per 12-month period. The following specifications apply: Interior Dimensions: Seating Capacity: 6 Minimum; Head Room: Rear 38.4" Minimum; Leg Room: Rear 43.2" Minimum; Hip Room: Rear 56.7" Minimum; Cargo Volume: 19 Cubic Feet Minimum; Rear Passenger Door Entrance: 3" wide by 37" minimum. Exterior Dimensions: Wheelbase: 116 Maximum; Height: 57" Maximum. Mechanical Features: Size Engine: 4.6 Liters or more; Transmissions: 4-speed automatic w/overdrive; Steering: Power; Brakes: 4-Wheel Anti-lock braking system; Turning Circle: 41' or less; Suspension: Four wheel independent w/rear leveling. Features: Air Bag-Driver, Front Passenger and side impact; AM/FM stereo radio with digital clock; Anti-Lockout; Cruise Control; Dual-Zone Climate Control; Power Door Locks; Power Front-Seat Adjusters; Power Windows; Reading Lamps, Front and Rear; Rear Window Defogger; Remote Truck release; Tilt-Adjusting Wheel; Traction Control with on/off switch; full size spare tire; tinted glass. Colors: To be determined at time of award. Documentation: Contractor to provide positive documented confirmation of production and anticipated delivery date Registration: The Contractor shall be responsible for all fees associated with State tags, title, and registration. This includes all relicensing fees. The registration document shall not identify the U. S. Secret Service as the user of any vehicles. The Contractor is required to provide new tags for each leased vehicle. Installation of Law Enforcement Equipment: USSS will install law enforcement lights and communication equipment, and will remove same at end of contract period. Insurance: See FAR Clause 52.228-8. Replacement of Vehicles: In the event a vehicle becomes unserviceable before normal replacement due date as a result of theft, wreckage, or repairs not completed in a timely fashion etc., the Contractor shall provide the Government with a replacement vehicle on a one-for-one basis. Maintenance: Manufacturer's Maintenance: All manufacturer's maintenance, including routine tune-ups, gasoline, and oil maintenance shall be the responsibility of the Government. Warranty: Warranty work required by the manufacturer shall be the Contractor's responsibility and shall be provided at no additional cost to the Government. A copy of the warranty shall be delivered to the USSS within 15 days after delivery of required vehicles. Accordingly, the Contractor shall, at time of delivery, provide a list containing the names, locations, and telephone numbers of point of contacts (POC) to contact for scheduling the required warranty work. Service and Parts: The Contractor shall have service facilities at or near delivery points or otherwise be able to provide immediate service and replacement parts to effect continuing operation of the vehicle(s). Return of Vehicles: Thirty (30) days prior to the end of the lease period, the COTR and Contractor shall coordinatereturn of the vehicles. The Government is responsible for the return of vehicles in good condition. Excessive Mileage: An allowance will be made for mileage of vehicles that exceed 20,000 miles annually. Upon termination of the lease, the number of years (or proportion thereof) the vehicle was leased will be multiplied times 20,000 to calculate the miles allowed on the vehicle during the lease. Next, the total miles on the vehicle odometer will be compared with the allowed mileage for that vehicle. Any mileage that exceeds the miles allowed will be paid at the proposed rate for that associated vehicle. Excess mileage will only be determined at the end of the lease, to include optional period(s), if applicable. EVALUATION PROCEDURES-In accordance with FAR Clause 52.212-2, the following factors are added to paragraph (a): Price and Past Performance. Past Performance, offeror shall submit specific references (including contract number and project description, period of performance, dollar amount, client identification with point of contact and telephone number) for previous work of this or similar nature that your organization have performed within the last two years. CLIN 0001, Cadillac Deville, Model Year 2000, Base 12-month period, Qty. 8, Each. CLIN 0002, Cadillac Deville, Model Year 2000, First Option Period, Qty. 8, Each, CLIN 0003, Cadillac Deville, Model Year 2000, Second Option Period, Qty. 8, Each, CLIN 0004, Excess Mileage for Sedans (cost per mile over 20,000 miles) OPTIONAL QUANTITIES: CLIN 1001 Cadillac Deville, Model Year available at the time the option is exercised, Base 12-month period, Qty. 6, Each. CLIN 0002, Cadillac Deville, Model Year available at the time the option is exercised, First Option Period, Qty. 6, Each. CLIN 0003, Cadillac Deville, Model Year available at the time the option is exercised, Second Option Period, Qty. 6, Each. CLIN 0004, Excess Mileage for Sedans (cost per mile over 20,000 miles). Delivery: FOB Destination; 90 days after contract award. All delivery locations shallbe coordinated between the Contractor and the COTR. Projected locations: Plains, GA, Qty. 1 each; New York City, NY, Qty. 3 each; Rancho Mirage, CA, Qty. 2; West Lake Village, CA, Qty. 2 each. Vehicles may be "TURNED IN" at various locations throughout the USA. Payments. The Government will make any and all payments via electronic funds transfer through the Automated Clearing House (ACH) Payment System. Award is anticipated within 15 days after receipt of proposals. Firm-fixed price contract is anticipated as a result of this RFP. All responsible, small business, sources may submit a proposal that shall be considered by the USSS. The following Federal Acquisition Regulations (FAR) Clauses are applicable: FAR Part 52.208-4, Vehicle Lease Payments. 52.208-5, Condition of Leased Vehicles. 52.208-6, Marking of Leased Vehicles. 52.212-1, Instructions to Offerors-Commercial Items (June 1999). 52.212-2, Evaluation-Commercial Items (Jan 1999). 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 1999). 52.212-4, Contract Terms and Conditions-Commercial Items (May 1999). . 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) ((additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 8, 9, 11, 12, 13, 14, 15, 22)). 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989). The government may exercise the option by written notice to the Contractor prior to June 30, 2000. 52.217-9, Option to Extend the Term of the Contract (Mar 1989). The Government may extend the term of this contract by written notice to the Contractor within ONE (1) day prior to expiration period. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. Offerors must include a signed copy of the Representations and Certifications (FAR 52.212-3) with their offers. Copies of the Representations and Certifications are available on-line. Offerors may view FAR provisions and clauses by visiting www.arnet.gov/far. Offers are due by November 5, 1999, 3:00 P.M., local time. Offers shall be mailed to the following address: U. S. Secret Service, 950 H Street, NW, Suite 6700, Washington, DC 20001, ATTN: Renea Morton. Faxed proposals may be forwarded to 202/406-6801; then original proposal must be forwarded via U. S. Mail. See Note No. 1. Posted 10/22/99 (D-SN394267). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0070 19991026\V-0002.SOL)


V - Transportation, Travel and Relocation Services Index Page