SOLICITATION NOTICE
W -- Vehicle Lease
- Notice Date
- 8/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700109Q0297
- Response Due
- 8/13/2009
- Archive Date
- 8/28/2009
- Point of Contact
- SSgt Clifton Gardner 910-451-3073
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION 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. A written solicitation will not be issued. Solicitation number M67001-09-Q-0297 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This solicitation is issued on an unrestricted basis. The Federal Supply Classification (FSC) is W023. The North American Industrial Classification System (NAICS) code for this requirement is 532111 and the small business size standard is 23.5 Million. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. II Marine Expeditionary Forces (II MEF), Camp Lejeune, NC has a requirement for the lease of vehicles. Rental period/period of performance is from 20 August 2009 through 16 October 2009 (58 days). Line Item #0001: Qty: 60 EA, 12-PASSENGER VANS. Line Item #0002: Qty: 05 EA, MID SIZED SEDANS. All vehicles shall be registered and have a license plate tag. Vehicles quoted shall be in good condition with unlimited miles. These vehicles are in support of Camp Lejeune Marines participating in training at Camp Lejeune, NC. Delivery and acceptance, as well as vehicle pick-up at the expiration of the lease period, will be at building H-1, Marine Corps Base Camp Lejeune, NC. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 Marking of Leased Vehicles; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: (1) Technical Capability, (2) Past Performance, & (3) Price). The award will be made to the vendor that proves to be overall the best value to the government. The award will be made to the technically acceptable, lowest price offer, with an acceptable history of past performance; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; 52.228-5 Insurance-Work on a Government Installation; FAR 52.228-8 Liability and Insurance- Leased Motor Vehicles; FAR 52.233-2 Service of Protest (filled in as follows: MCIEAST Contracting Department, Attn: Lisa Williams, PO BOX 8368, Camp Lejeune, NC 28547-8368; FAR 52.247-34 F.O.B. Destination; Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; 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; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment. The following clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-28 Post-Award Small Business Program Representation; 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 Equal Opportunity for 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 52.233-4 Applicable Law for Breach of Contract Claim. DFARS 252.211-7003 Item Identification and Valuation; The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic! Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1)Technical Capability: Vehicles ability to meet or exceed the minimum specifications.(2) Past Performance: (not more than 3 years old) similar in scope and size. Include POC, contract number, delivery/period of performance, and contract amount. (3) Price: The award will be made to the technically acceptable, lowest price offer, with an acceptable history of past performance. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. Direct all questions regarding this solicitation to SSgt Clifton Gardner at (910) 451-4066. The closing date and time for this solicitation is 13 Aug 2009 at 4:00 PM (EST). Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to clifton.l.gardner@usmc.mil or fax to (910) 451-2331.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0297/listing.html)
- Record
- SN01904053-W 20090809/090808001222-7be37f5362985bc426b1d278c7b964b9 (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 |