Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOLICITATION NOTICE

23 -- Vehicle Leasing - Attachment 1

Notice Date
2/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-10-1188
 
Archive Date
2/25/2010
 
Point of Contact
Sandra L Wicks, Phone: 410-965-9522, Syreeta Gay, Phone: 410-965-9510
 
E-Mail Address
sandra.wicks@ssa.gov, syreeta.gay@ssa.gov
(sandra.wicks@ssa.gov, syreeta.gay@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
Specifications for Lease Vehicles The Social Security Administration (SSA) is seeking quotations for LEASE OF VEHICLES to include a NEW Lincoln Town Car Signature Limited and a NEW Mercury Grand Marquis LS. This is a combined synopsis/request for quotation (SSA-RFQ-10-1188) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted as a simplified acquisition in accordance with FAR 13. This announcement constitutes the only solicitation. A written request for quotation will not be issued. The North American Industry Classification System code for this acquisition is 532112. The small business size standard is $25.5 million. GEOGRAPHIC AREA: The offeror must be located within a 74 mile radius of the SSA Headquarters complex located in Woodlawn, MD. REQUIREMENT/SPECIFICATIONS: THIS IS A BRAND NAME OR EQUAL REQUIREMENT for full service leasing of (2) two vehicles in accordance with the attached specifications in Attachment 1 of this notice. The period of performance will be for a base and one option year as follows: Base Year: 06/01/2010 to 05/31/211 Option Year 1: 06/01/2011 to 05/31/212 TELEPHONE SYSTEM: The Government will install its own telephone system in each vehicle and will have limousine tinting put on the Lincoln Town Car. MAINTENANCE/REPAIRS/ OPERATING SUPPLIES/RECALLS: The contractor shall provide all maintenance and repairs (both warranty and non-warranty), and service such as tire replacements, oil and similar type items, at no additional cost to the Government. Factory recalls require replacement with like models. Leasing will be effective the day of pickup. The Government will supply all gasoline. The Federal Government is self insured and the leased vehicles will be covered under Government insurance. The leased vehicles are for the exclusive use of the U.S. Government and, therefore, exempt from state and local taxes. Title of the vehicles shall remain with the contractor. DELIVERY/PICK-UP OF VEHICLES: Cars will be picked-up by the Government on or before June 1, 2010, at a time that is mutually agreed to between the Government and the contractor. The selected offeror must comply with the following commercial item terms and conditions as well as any addenda to these clauses. The FAR clauses and provisions that apply to this acquisition are FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Applicable terms and conditions, and representations and certifications are contained in Attachment 2 of this notice. The following additional clauses are also incorporated by reference: FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) with the following fill-ins: paragraph (a), at any time during the period of performance and 60 days; and paragraph (c), 24 months. FAR 52.208-4 Vehicle Lease Payments (APR 1984); FAR 52.208-5 Condition of Leased Vehicles (APR 1984); FAR 52.208-6 Marking of Leased Vehicles (APR 1984); FAR 52.208-7 Tagging of Leased Vehicles (MAY 1986); and FAR 52.228-8 Liability and Insurance, Leased Motor Vehicles (MAY 1999). All FAR references can be found at www.arnet.gov. To be considered for award, offered vehicles must meet the salient physical, functional, and performance components specified in attachment 1 of this solicitation. Offerors shall include descriptive literature such as illustrations or drawings and clearly describe the offered vehicle and any modification the offeror plans to make in order for it to conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contractor shall also provide a firm-fixed price for all vehicles for a base period and option period provided under this solicitation and state the period of acceptance for their quotation. Price increases from the manufacturer cannot be passed on to the Government after award. The Contracting Officer will evaluate offers on the basis of information furnished by the offeror. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the requirements of this solicitation in terms of lowest priced, technically acceptable offeror that meets the delivery time. Responses to this combined synopsis/solicitation are due no later than 2 p.m.EST, Wednesday, February 10, 2010. Offerors may send responses via email to Sandra.Wicks@ssa.gov. All questions regarding this RFQ must be submitted in writing to Sandra Wicks at the email address provided previously by February 5, 2010 at 2:00PM EST. NO PHONE CALLS WILL BE ACCEPTED. E-mail communications shall include company name, point of contact, e-mail address, phone and fax numbers. Offerors must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-1188/listing.html)
 
Place of Performance
Address: Social Security Administration, 6401 Security Blvd., MD 21235, Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN02057195-W 20100205/100203235657-058bf70a7a65011174709d3616b9044b (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.