SOLICITATION NOTICE
23 -- Vehicle Lease SUV MacDill AFBTampa FL
- Notice Date
- 5/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- 09504RB0006
- Archive Date
- 5/23/2009
- Point of Contact
- Raymond Bussey,, Phone: 813-828-1660
- E-Mail Address
-
raymond.bussey@macdill.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial item 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 is a Request For Quote (RFQ) and the solicitation number is 090504RB0006. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Lease Class IV SUV 9 passenger vehicle for one base year and two option year. DESCRIPTION OF REQUIREMENT We are seeking one Class IV SUV, 9 passenger, V-8 powered 6.0 Liter, 2009 / or newer model with the necessary horsepower for hard acceleration, long wheelbase for limiting rollover factor, low center of gravity for handling hard turn/slaloms, contain the necessary brake systems for short notice/emergency stops, and the necessary passenger capacity which varies according to our security or principal's needs. MINIMUM REQUIREMENTS: a. Period of performance: 6 June 2009 to 5 June 2010 with 2 option years. b. The Contractor Shall: (1) Deliver and maintain one (1) 2009 or 2010 Class IV SUVs (or equivalent) with the following characteristics: Vehicle SUV, 7 Passenger, 4x4 Color Black Wheelbase 130 (116) Base engine 8.1L V-8 (6.0L) Gas Hp, SAE 340 Torque, SAE 455 Airbags Dual, Side Brakes, f/r Disc/disc 4WAL Tires 265/70R17 Fuel cap, gal 31 EPA fuel econ, city/hwy 14/18 (Alternate Fuel capability or Hybrid Model) Max pass 9 Base curb weight, lb 5323 GVWR, lb 7000 Max cargo cap, cu. ft 131.6 Max towing cap, lb 8400 OTHER SPECIFICATIONS:  Any Class IV 2009 or newer model IAW DoD 4500-36r with less than 10,000 KM or less  Vehicle shall have Land Navigation System Equipped  Full fuel tank on initial delivery of vehicle  All fluids required for operation filled in accordance with manufacturers' specifications  Free of any fluid leaks  Vehicle shall operate on unleaded fuel or alternative fuel  Vehicle shall have key Locking Fuel Caps or a locking gas tank door  Vehicle shall have a Security welded screen inside tail pipe (muffler)  Contractor does not need to furnish vehicles equipped with full comprehensive insurance. Contractor will be provided the Government memorandum stating the Government is self insured.  Contractor is responsible for registration and licensing of vehicles prior to delivery. Vehicles shall comply with GCC specifications  Vehicle shall comply with the National Highway Traffic Safety Administration‘s (NHTSA) Federal Motor Safety Standards and Regulations and have obtain a minimum Three (3) Star Rating on the vehicle safety performance provided by NHTSA. The website for this information is: www.nhtsa.dot.gov  Contractor shall provide a full size spare tire, and tire jack.  All vehicles must have Driver and Passenger side air bags.  Although the Contractor may replace the vehicle at any time with an equal or higher quality vehicle (based upon age and mileage, maintenance costs on that specific vehicle, factory recall, etc); the Contractor shall replace all vehicles beginning year three (3) of the contract.  Vehicle will be maintained at MacDill AFB, US CENTCOM HQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080721 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 336112 Light Truck and Utility Vehicle Manufacturing. The Standard Industrial Classification (SIC) is 7359. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The SUV Vehicle is to be procured on behalf United States Central Command (US CENTCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 217-5 Evaluation of Options, 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, Option To Extend Services, FAR 52.217-9 Option to Extend the Term of The Contract, FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 08 May 2009 by 2:00 PM EST. Submit offers or any questions to the attention of Raymond Bussey, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to raymond.bussey@macdill.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=76c21983cca92199f9ddf659e468c822&tab=core&_cview=1)
- Place of Performance
- Address: USCENTCOM, Macdill AFB, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN01808749-W 20090506/090504221535-76c21983cca92199f9ddf659e468c822 (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 |