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