Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
SOURCES SOUGHT

10 -- Sources Sought & Synopsis

Notice Date
5/15/2012
 
Notice Type
Sources Sought
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-12-R-0086
 
Response Due
5/22/2012
 
Archive Date
7/21/2012
 
Point of Contact
Shannon N Welch, 703-325-5125
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(shannon.n.welch.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought announcement also serves as the synopsis for Solicitation # W91WAW-12-R-0086. A contract will not be awarded as a result of this sources sought announcement. The Army Contracting Command - National Capital Region (ACC-NCR) at Hoffman II, on behalf of the Pentagon Motor Operations Division, intends to contract for a lease of commercial buses and other commercial service vehicles. The lease will provide a fleet of buses, Semi Tractor Trailers and a 5-Ton Box Truck to be used by the government 24 hours per day, 7 days per week to provide transportation for the Motor Operations Division customers for the term of the contract. The contractor shall furnish the necessary buses, Semi Tractor Trailers and 5 Ton Box Truck maintenance, repair parts and other services necessary to perform the requirements as outlined in the Attached PWS. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00 PM EST, 22 May 2012, the requirement is intended to be solicited as a 100% set-aside for Small Business (SBs), in accordance with FAR Part 19. If capability packages are not received from at least two responsible SBs by the response date or if the Government determines that no SBCs are capable of performing this requirement, based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested parties who qualify as an SB under the NAICS code 532120, with a size standard of $25.5 million, are encouraged to submit their capability packages. The capability packages for this sources sought are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the draft Performance Work Statement (PWS). Capability packages must not exceed 5 pages and must be submitted electronically. All contractor questions must be submitted (via email to Shannon.n.welch.civ@mail.mil) no later than 12:00 PM EST, 22 May 2012. SBs are to outline their experiences. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please see the following questions: a.What experience does your company have with providing a fleet of commercial vehicles as described in the PWS? (Draft PWS 5.2 and Appendix A) b.What experience does your company have with providing regular preventative maintenance and other minor/major vehicle repairs for leased vehicles? (Draft PWS 5.4) In addition, the following questions must be answered and elaborated on as part of the package: c. Past Performance - Does your firm have relevant past performance within the last three years? (Include contract numbers, contract type, dollar value of each contract, point of contacts, and a brief description of the work performed.) d.Corporate Experience - Does your firm have work experience similar in nature, scope, complexity, and difficulty of work described in the draft PWS? To assist us in maintaining a list of interested SBs for this procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ms. Shannon Welch at Shannon.n.welch.civ@mail.mil for this procurement. A single-award contract with Fixed Price contract line items (CLINs) is anticipated. The anticipated period of performance will be for one (1) base year and four (4) option years. Vehicles will be delivered to the Pentagon Motor Pool in Arlington, VA, maintenance and repairs will be performed at the contractor's site. A written Request for Proposal (RFP) will be posted on or about 24 May 2012. This procurement will be conducted through the FedBid.com. The RFP must be retrieved and downloaded from the FedBid internet site (https://www.fedbid.com/). No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted through the FedBid online system. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4aefdfa5cf2f55dec5cea54c6f4b516d)
 
Place of Performance
Address: Pentagon Motor Operations Division and/or Contractors Location (see PWS) Arlington VA
Zip Code: 22331-1700
 
Record
SN02749068-W 20120517/120516000727-4aefdfa5cf2f55dec5cea54c6f4b516d (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.