Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2010 FBO #2973
SOLICITATION NOTICE

R -- Fleet Vehicle Residual Module

Notice Date
1/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
523920 — Portfolio Management
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services(QMA), 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
QMDB-FD-090491-N
 
Archive Date
2/9/2010
 
Point of Contact
Tifani L. Burgess, Phone: 703-605-2114
 
E-Mail Address
tifani.burgess@gsa.gov
(tifani.burgess@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR 13.1 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This Solicitation QMDB-FD-090491-N is issued as a Request for Quote (RFQ). (iii) This Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-31, April 20, 2009. (iv) The applicable North American Industry Classification System code is 523920 and the corresponding size standard is $5M. The Small Business Competitiveness Demonstration Program does not cover this procurement. (v) CLIN 0001 – Residual Report, 5 days after receipt of vehicle data. CLIN 0002 – Custom Reports, As requested. See below for Description Attachment for Purchase Description. (vi) Purchase Description of item being required: ORDER OF PRECEDENCE In the event of a conflict between the text of this purchase description and the references cited above, this purchase description takes precedence. 1.0 SCOPE Number of units required: GSA Fleet will send the Contractor an electronic file containing VIN, geographic location for all new vehicles, and vehicle options/equipment codes. GSA Fleet estimates sending files including up to 10,000 vehicles at a time. A total estimate of 50,000 vehicles per annum is anticipated to require the residual forecasting. A. GSA Fleet has created a Fleet Residual Module that, when given available vehicle residual value information for vehicles entering the fleet, calculates an appropriate depreciation expense. This information is the transferred to the GSA Chief Financial Office (CFO) and used for financial purposes. B. The Contractor shall provide the Projected Residual Value for all vehicles supplied by GSA Fleet to the contractor. The data will include forecasts, the age in months of the vehicle at the forecasted values, and different conditions/mileages that will affect the value (if any). 2.0 ADDITIONAL REQUIREMENTS The contractor shall be responsible for providing all labor, resources, management, and oversight to accomplish the following tasks: •Forecast and deliver data electronically for up to 10,000 vehicles at a time. •Forecast for passenger, light trucks, and other types of vehicles to include, but not limited to, medium and heavy trucks (GVWR ranging from 21,000 lbs. to 64,000 lbs.), buses, and ambulances. •Forecast values for depreciable periods up to 72 months, in 12 month intervals. •Assist the government in understanding the residual methodology used. •Provide data electronically in a format compatible with 2003 Microsoft Excel spreadsheet within 5 business days of receipt of vehicle data provided to the contractor with all data required in the deliverables portion of this statement of work. •Provide quality assurance. •Provide standard commercial reports and customized reports as requested. GSA Fleet will send the Contractor an electronic file containing VIN, geographic location for all new vehicles, and vehicle options/equipment codes. GSA Fleet estimates sending files including up to 10,000 vehicles at a time. A total estimate of 50,000 vehicles per annum is anticipated to require the residual forecasting. GSA may submit files to the contractor as often as once per week. Within 5 business days upon receiving each file, the Contractor will provide GSA Fleet with the residual forecasts. The Contractor shall forecast all vehicles provided. The contractor must state, as an exception, any the types of highway licensable vehicles for which it does not provide residual forecasts. The deliverable shall consist of an electronic file containing the unique vehicle identifiers (VIN, location) and the 72-month residual forecast, as well as the 12, 24, 36, 48, and 60 month values. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Delivery: The Contractor shall deliver via a FTP file one (1) electronic copy of each deliverable to the designated persons listed below on the date it is due. Changes to staff shall be issued to the Contractor by email notification. All deliverables shall be delivered no later than the date specified herein and in each subsequent task order. Email delivery to the following persons: •Tom Moriarty, Program Manager (PM), tom.moriarty@gsa.gov •Tifani Burgess, GSA Contract Specialist,Tifani.Burgess@gsa.gov, subject: Residual Report (viii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1 entitled Instructions to Offerors – Commercial. The following addendum is being added to provision 52.212-1: You must submit each of the following as part of your complete package. A) Cover Page. Including the following information at minimum: 1. Company Name as it appears in CCR 2. Company DUNS Number 3. Company Address 4. Company point of contact for the RFQ including name, title, phone, and email. 5. Delivery Date ARO 6. Tax Payer Identification Number B). Representations and Certifications. In accordance with FAR 52.212-3 (or statement that they have been completed in ORCA(c). C) Price D) Please review and advise if you have the vehicle currently available on your dealership lot that meets the government’s minimum requirements. Please outline any requirements offered which do not meet the government’s minimum requirements and attach a separate word document. (ix) The following provision applies to this acquisition: FAR 52.212-2 entitled Evaluation -- Commercial Items. The Government will award to the vendor whose offer is technically acceptable, meets mandatory requirements and represents the best value. (x) Offers are to include a completed copy of provision FAR 52.212-3 entitled Offeror Representations and Certifications -- Commercial Items. (xi) The following provision does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions -- Commercial Items. (xii) The following clause is applicable to this acquisition: FAR 52.204-6, Data Universal Numbering System (DUNS) Number, FAR 52.204-7 – Central Contractor Registration, FAR 52.212-5 entitled Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR Clauses within the aforementioned clause are being selected as applicable: 52.223-13, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-1, 52.232.33, 52.225-3, 52.225-4, 52.233-2, 52.233-3, 52.233-4. (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that is consistent with customary commercial practices. (xiv) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xv) All responsible sources may submit a quote by 12:00 PM Eastern Standard Time on 20 January 2010. Quotes received after that time will not be considered. Contractors must be CCR registered prior to award, and must be registered in ORCA. To register, go to www.bpn.gov and orca.bpn.gov. No numbered notes are associated with this acquisition. (xvi) Contact Tifani Burgess for information regarding the solicitation at 703-605-2114 or e-mail tifani.burgess@gsa.gov. The response to this solicitation may be accomplished electronically by submitting a quote to: tifani.burgess@gsa.gov Using the following subject line “Response to RFQ FLEET RESIDUAL MODULE”. No later than 25 January 2010 by 5:00 PM Eastern Time. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offeror's responsibility to visit this website frequently for updates on this procurement. All quotes submitted in response to this RFQ shall include the following: NAME OF OFFEROR: __________________________________________________ ADDRESS: ___________________________________________________________ POINT OF CONTACT: __________________________________________________ TELEPHONE NO: ___________________________ FAX: ___________________ EMAIL ADDRESS: _____________________________________________________ PRICE $_____ All proposed prices shall be fixed price. The Federal Government is tax exempt. TAXPAYER IDENTIFICATION NUMBER: DUN & BRADSTREET NUMBER:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/176839d618d5fce78c1dc09a48921c0d)
 
Place of Performance
Address: 2200 Crystal Drive, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02039866-W 20100114/100112234328-176839d618d5fce78c1dc09a48921c0d (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.