Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1999 PSA#2495

U.S. Department of HUD, New York Asc, Chicago Contracting Branch (5AAC), 77 West Jackson Boulevard -- Rm. 2517, Chicago, IL 60604-3507

V -- PASSENGER CAR LEASING SOL R-CHI-00444 DUE 011200 POC Alfredo Valentin, Contract Specialist 312-886-2760 Extension 2509 WEB: Click here to go to HUD's Contracting opportunities, http://www.hud.gov/cts/ctsoprty.html. E-MAIL: Click here to contact Alfredo Valentin, Alfredo_Valentin@hud.gov. Description: This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items) 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 U. S. Department of Housing and Urban Development (HUD), Chicago Contracting Branch is issuing Request for Quotations (RFQ) Number R-CHI-00444 for the supply and delivery of Nine (9) NEW leased vehicles to the HUD offices mentioned below: Chicago, Cleveland, Columbus, Detroit, Indianapolis and Minneapolis areas. Delivery shall be not earlier than March 1, 2000 and not later than April 1, 2000,however offerors/quoters may quote other delivery schedule with the understanding that it is an evaluation criteria for contract award as mentioned below. This solicitation is issued unrestricted. For information only, the Standard Industrial Size Standard (SIC) Code is 7515, Passenger Car Leasing, the size standard of which is $18.5 million average annual gross revenue for the last three (3) fiscal years. It is issued in accordance with Federal Acquisition Regulation (FAR) 12.203 which allows Contracting Officers to employ the procedures authorized by Subpart 13.5 (Synopsis and Posting Requirements) to the maximum extend practicable in acquisition of commercial items. The proposed contract requirements are as follows: (For evaluation purposes, offerors may use the offices stated for delivery destination point). Cost Line Item Number (CLIN) I: Vehicles to be delivered to the local car dealer near the CHICAGO HUD OFFICE main office located at 77 W. Jackson Blvd., Chicago, Illinois; Type: 4 x 4 Sport Utility Vehicles, Ford Explorer XLT vehicle equipment package (see Description below) or equivalent such as those mentioned below; Quantity: 3 each; CLIN II -- Vehicle to be delivered to the local car dealer near the CLEVELAND HUD OFFICE, located at the Renaissance Building, 1350 Euclid Avenue, Cleveland, Ohio; Type: same type of vehicles as mentioned in CLIN I above; Quantity: 1 each; CLIN III: Vehicle to be delivered to the local car dealer near the COLUMBUS HUD OFFICE, located at 200 North High Street, Columbus, Ohio, Type: same type of vehicles as mentioned in CLIN I above; Quantity: 1 each; CLIN IV: Vehicle to be delivered to the local car dealer near the DETROIT HUD OFFICE, located at the Patrick V. McNamara Federal Building, 477 Michigan Avenue, Detroit, Michigan; Type: same type of vehicle as mentioned in CLIN I above; Quantity: 1 each; CLIN V -- Vehicle to be delivered to the local car dealer near the INDIANAPOLIS HUD OFFICE, located at 151 North Delaware Street, Indianapolis, Indiana ; Type: same type of vehicle as mentioned on CLIN I above; Quantity: 1 each; CLIN VI -- Vehicles to be delivered to the local car dealer near the MINNEAPOLIS HUD OFFICE, located at 220 Second Street, South, Minneapolis, Minnesota; Type: similar type of vehicle as mentioned on CLIN I above; Quantity: 2 each. Description : All vehicles shall have air conditioning, auto transmission, power steering, remote keyless entry and alarm, and shall be Year 2000 models (domestic or import) . Daytime running lights must be disabled. All vehicles shall be leased with 20K miles included per vehicle included in the per year lease cost, with a minimal charge for mileage in excess of the 20K. Offerors/quoters are encourage to submit proposals/quotations for unlimited mileage per year as well. All vehicles will be provided with, at a minimum, 4-wheel drive, dark exterior colors, cloth interior, anti-lock braking systems, power windows and door locks, cruise control, floor mats, unleaded gasoline engines, AM-FM stereo radios, CD player, full size spare tire with tire changing tools, and covered by 24-hour nationwide road service. Vehicle Inspection. There will be 2 joint visual inspections performed on each vehicle leased under this contract. Registration, License and State Inspection Stickers: There is no need to title and register vehicles since they are to have a special type of tag. Each vehicle will be properly serviced by the contractor to include oil, lubrication filters, tune-up, air conditioning refrigerant as recommended by the manufacturer, and antifreeze prior to being picked up. Accidents/Thefts. The Government Technical Representative/Government Technical Monitor (GTR/GTM) (to be designated upon award) will notify the contractor within 3 days of accident/theft and will arrange for repairs of accident/theft and for repairs of accident damage, including damage sustained to a stolen vehicle during the period prior to recovery. The contractor will not be required to provide a replacement vehicle during the period the vehicle is out of service. If the vehicle is damaged beyond repair according to insurance adjuster reports or not recovered 30 days after the date of the theft, the contractor will be reimbursed the residual value of the vehicle based on the average of the wholesale and retail prices listed in the current edition of the NADA used car book at the time of the accident/theft, in full satisfaction of any and all liabilities under this contract, provided that the Government's liability to pay the monthly lease cost shall cease as of the time of the accident/theft. Deliveries and acceptance of vehicles shall be FOB destination on the date and specified places above. Upon notification, the GTR/GTM will pick up the cars at the designated local car dealership. Damages and Repairs to Vehicles. Damaged vehicles will not be returned to contractor until a complete investigation has been made by the appropriate HUD officials and the 2nd joint inspection has been made to determine liability and cost of repairs. The offeror/quoter shall also consider that vehicles leased under this RFQ will be for the exclusive use of the U. S. Government and therefore exempt from state or local taxes. The offerors/quoters shall provide the most favorable commercial warranty that the offerors/quoters provide to any customer leasing a new vehicle. Work Performance Period. The contractor's service will be based on a 36 monthly lease funded yearly, subject to funds availability. No vehicle will be leased on an hourly, daily or weekly basis. Therefore, quotations must be submitted based on a standard 36 monthly lease. Additional Information. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-14. All FAR clauses and provision referenced below may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far. Or you may contact Alfredo Valentin, Contract Specialist at 312-886-2760 Extension 2509. You may also send a fax request to 312-353-8965 or send an E-mail to Alfredo_Valentin@hud.gov to request a copy of the provisions and clauses incorporated by reference. The following applies to this acquisition:Submission of offers: FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 1999) (a)..(b) is applicable. The offeror must sign and date offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6)Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments (if any; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. (d)...(f) Late submissions, modifications, revisions, and withdrawals of offers shall apply (a copy will be provided if requested. Other Provisions: In addition to the listed FAR provisions and clauses all offerors/quoters must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet to obtain one at no charge. An offeror within the United States may call 1-800-333-0505. (g). Contract award . The Government intends to evaluate offers and award a contract(s) without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, 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 offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. FAR 52.212-2 Evaluation Commercial Items. (Jan 1999) is applicable. (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. Submission Requirements: The offerors/quoters must submit with their quotations the following : Related to Factor A.) A complete description of cars offered and their ability to meet minimum standards and equivalencies and a statement regarding delivery to each location by April 1, 1999 or alternate date. Related to Factor B.) Prices per type of vehicle for 36 month lease quoted on a MONTHLY basis covering up to 20,000 miles per year and a proposed fee per additional mile. When submitting a quotation consider that the Government is self-insured and the applicability of 52.228-8 Liability and Insurance Leased Motor Vehicles (Jan 1997), e.g., Paragraph (a) The Government shall be responsible for loss of or damage to (1) Leased vehicles, except for -- (i) Normal wear and tear; and (ii) Loss or damage caused by the negligence of the Contractor, its agents, or employees; and (2) Property of third persons, or the injury or death of third persons, if the Government is liable for such loss, damage, injury, or death under the Federal Tort Claims Act (28 U.S.C. 2671-2680). The offerors/quoters must include no cost for insurance or contingency to cover losses, damage, injury, or death for which the Government is responsible under paragraph (a) above. Related to Factor C.) References (names, address and telephone number of at least three recent customers (federal customers if possible) of similar sized leased fleet of cars). 52.212-3 Offeror Representations and Certifications Commercial Items. (Oct 1999); Quotations shall be accompanied by a completed representations and certifications. 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 1999), shall apply i.e., FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). If the offeror/quoter elects to waive the adjustment, it shall so indicate in its quotation. Signed and dated quotations with firm's letterhead must be submitted to the HUD, Contracting Branch, Room 2517, Chicago, Illinois 60604-3507 no later than January 12, 2000, at 4:00 PM Central Time. All quotations must be submitted in THREE (3) hard copies. The envelope should identify the Solicitation by the Number R -CHI-00441. NO FAXED quotations will be accepted. Evaluation Criteria : 52.212-2 Evaluation -- Commercial Items (Oct 1997). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror/quoter whose quotation conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: capability, price and past performance (in descending order of importance): Factor A.) Capability of the offeror/quoter to provide the kind of vehicles referenced in this solicitation by April 1, 1999 or as close to this date as possible to the HUD jurisdictions specified. Factor B, Price. (see FAR 52.219-23,provision above) Factor C.) Past Performance as evidence by references. (Capability and Past Performance, when combined are of approximately equal weight to cost or price). Special Announcement: This notice will be posted on HUD's Internet Home Page since HUD posts all required notices of its contracting opportunities at http://www.hud.gov/cts/ctsoprty.html. Potential offerors/quoters who download copies of solicitations from HUD's Home Page Contracting Opportunities will not automatically receive any amendments to those solicitations. You are advised to check back frequently to see if HUD has issued any amendment to solicitations you have obtained. All amendments will be posted on the Commerce Business Daily and on the HUD's Home Page Contracting Opportunities site. Posted 12/10/99 (W-SN407761). (0344)

Loren Data Corp. http://www.ld.com (SYN# 0090 19991214\V-0004.SOL)


V - Transportation, Travel and Relocation Services Index Page