Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2009 FBO #2669
SOLICITATION NOTICE

W -- Vehicle Lease - Vehicle Lease PWS

Notice Date
3/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA7012-09-T-0019
 
Archive Date
4/7/2009
 
Point of Contact
Rhonda Coles, Phone: 202-767-8036, Sheila R. Miller,, Phone: 202-767-7957
 
E-Mail Address
rhonda.coles@afncr.af.mil, sheila.miller@afncr.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for Leased Vehilcles This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Proposal (RFP) No, FA7012-09-T-0019. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. This is set aside for 100% small business. The North American Industry Classification System code is 532120, with a size standard of $23.0 million. CONTRACT LINE ITEMS: 0001: Base Year: lease 2009 or 2010 Jeep Grand Cherokee Laredo sport utility vehicle (SUV) 4x4 four door, V8 engine, with alternative fuel, Color: exterior Black, interior slate gray cloth (this require is an "or equal" requirement. Performance period is 1 April 2009 through 31 March 2010. Qty 2 vehicles x 12 months, Unit price:$__________ EXTENDED PRICE: $__________ MFR/MODEL:____________________________ 1001: Option Year I: 2009 or 2010 Jeep Grand Cherokee Laredo sport utility vehicle (SUV) 4x4 four door, V8 engine, with alternative fuel, Color: exterior Black, interior slate gray cloth (this require is an "or equal" requirement. Performance period is 1 April 2010 through 31 March 2011. Qty 2 vehicles x 12 months, Unit price: $________EXTENDED PRICE: $__________, MFR/MODEL:_______________________________________2001: ption Year II: 2009 or 2010 Jeep Grand Cherokee Laredo sport utility vehicle (SUV) 4x4 four door, V8 engine, with alternative fuel, Color: exterior Black, interior slate gray cloth (this require is an "or equal" requirement. Performance period is 1 April 2011 through 31 March 2012. Qty 2 vehicles x 12 months, Unit price: $________EXTENDED PRICE: $__________, MFR/MODEL:_____________________________________________ If offering an equivalent model, interested parties must submit clear and convincing documentation demonstrating the capabilites to satisfy the requirement specified above. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish bonafide capability to meet this requirment. Only written responses wil be considered. Required delivery is located at 362 Thomas Road, Bolling AFB DC 20032 on 1 April 2009. FOB is destination and the resulting contract will be a firm fixed price. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will select the best overall offer based on Price and descriptive literature. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.209-6, 52.211-6, 52.214-31, 52.214-35, 52-217-5, 52.217-8: 15 days, 52.217-9: 15 days; 60 days, 52.219-6, 52.225-13, 52.228-8, 52.232-18, 52.233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, 52.252-6(b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252,232-7003, 252.232-7010, 52.253-1, 252.204-7006, 252.212-7001, 52.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 4:30 P.M. Eastern Standard Time (EST) on 23 March 2009. Quotes can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd Suite 400, Bolling AFB, DC 20032, or faxed to (202) 767-7887 or e-mailed to rhonda.coles@afncr.af.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be address to Rhonda Coles, Contract Specialist, Phone (202) 767-8036 FAX (202) 767-7887 or e-mailed to rhonda.coles@afncr.af.mil POINT OF CONTACT: Rhonda Coles, Contract Specialist, Phone (202) 767-8036, Fax (202) 767-7887, E-mail: rhonda.coles@afncr.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=43fc7acc8c8d47fb2b4604f8c2db0f16&tab=core&_cview=1)
 
Place of Performance
Address: 11th Cons, 20 MacDill Blvd Suite 400, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01769847-W 20090318/090316214908-0c4d4f431ae3bb8efffd6f47ee8da7d1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.