Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOLICITATION NOTICE

W -- Multistop Vehicle Lease - Multi-stop Vehicle Performance Work Statement

Notice Date
8/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0116
 
Archive Date
9/1/2012
 
Point of Contact
Titus Butler, Phone: 240-612-5637, Kenneth M Grimsley, Phone: 240-612-5648
 
E-Mail Address
titus.butler@afncr.af.mil, kenneth.grimsley@afncr.af.mil
(titus.butler@afncr.af.mil, kenneth.grimsley@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance work statement for multi-stop vehicles to be leased. Multistop Vehicle This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is FA2860-12-T-0116. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This requirement is set aside 100% for small business. The North American Industry Classification System code is 532112 with a business size standard of $25.5 Million. Base Year: 0001: (1 October 2012 - 30 September 2013): One(1) dark blue multi-stop truck, 4X2. QTY: 1 EA, Unit Price_______Extended Amount___________ Option Period I: 1001: (1 October 2013- 30 September 2014): One(1) dark blue multi-step truck, 4X2. QTY: 1 EA, Unit Price_______Extended Amount___________ Option Period II: 2001: (1 October 2014- 30 September 2015): One(1) dark blue multi-stop truck, 4X2. QTY: 1 EA, Unit Price_______Extended Amount___________ Option Period III: 2001: (15 February 2014- 14 February 2015): One(1) dark blue multi-stop truck, 4X2. QTY: 1 EA, Unit Price_______Extended Amount___________ Total Value base with three options:___________ 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: Presidential Airlift Group 5016 Menoher Joint Base Andrews, MD 20762 NOTE: Offerors must be able to make the vehicles accessible for inspection no later than 24 Sept 2012, 12:00 p.m. Eastern Time. 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Feb 2012); 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government intends to award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. Descriptive literature or vehicle specifications must be provided in order to adequately evaluate proposals. The government may communicate with an offeror in order to clarify or verify information submitted in their offer; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). 52.252-5 - Authorized Deviations in Provisions (Apr 1984) The following clauses are applicable:   52.203-3 - Gratuities (Apr 1984) 52.204-9 - Personal Identity Verification of Contractor Personnel (Jan 2011) 52.208.4 - Vehicle Lease Payments (Apr 1984) 52.208.5 - Condition of Leased Vehicles (Apr 1984) 52.208.6 - Marking of Leased Vehicles (Apr 1984) 52.208.7 - Tagging of Leased Vehicles (Apr 1986) 52.212-4 - Contract Terms and Conditions - Commercial Items, with addendum; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (DEV); 52.214-34 - Submission of Offers in the English Language (Apr 1991) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 - Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-50 - Combating Trafficking In Persons (Feb 2009); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.228-8 - Liability and Insurance -- Leased Motor Vehicles (May 1999); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); 52.233-3 - Protest After Award (Aug 1996) and 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-7 - Notification of Changes (Apr 1984) 52.247-34 - F.O.B. Destination (Nov 1991) 52.252-2 - Clauses Included by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Apr 1984) 252.204-7004 - Required Central Contractor Registration (CCR) (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) (DEV); 252.225-7001 - Buy American Act and Balance of Payments Program (Jun 2012); 252.232-7003 - Electronic Submission of Payment Requests (Jun 2012); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002); 252.243-7001 - Pricing of Contract Modifications (Dec 1991) 252.246-7000 - Material Inspection and Receiving Report 5252.222-3, Convict Labor (Jun 2003); 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance 11CONS-007 - Personnel Security Requirements 11CONS-010 - WAWF Instructions 5352.201-9101 - OMBUDSMAN (Aug 2005) All quotes must be sent via electronic mail (email) to points of contact 1st Lt Titus Butler at titus.butler@afncr.af.mil. Quotes shall be submitted no later than 17 August 2012, 4:00 PM EDT. All questions must be sent via electronic mail (email) to points of contact 1st Lt Titus Butler at titus.butler@afncr.af.mil. Questions shall be submitted no later than 10 August 2012, 12:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0116/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02825243-W 20120804/120803000930-61129d72c86805d0f3ee249bf65d4b19 (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.