SOLICITATION NOTICE
W -- Leased 12-Passenger Vans - Bid Schedule
- Notice Date
- 9/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
- ZIP Code
- 78234-1800
- Solicitation Number
- F2MRAH2243AL01
- Archive Date
- 1/17/2013
- Point of Contact
- Robyn A Villafranco, Phone: 210-221-3827
- E-Mail Address
-
robyn.a.villafranco.civ@mail.mil
(robyn.a.villafranco.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule COMBINED SYNOPSIS / SOLICITATION F2MRAH2243AL01 The 502d Contracting Squadron, Joint Base San Antonio-FSH, TX has a requirement for leased 12-passenger vans. The quotes are to be Firm Fixed Price (FFP). This requirement is being solicited as 100% Small Business Set-Aside. The applicable NAICS code is 532112 and the small business size standard is $25.5M. Award will be made in accordance with FAR Parts 19, 12 and 13 using Simplified Acquisition Procedures (SAP). This requirement is Subject to Availability of FY13 funds. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F2MRAH2243AL01 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60 and DFARS change notice 20120906. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. The following provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors - Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are applicable to the resulting contract: 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; 52.208-7 Tagging of Leased Vehicles; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference; 52.252-6 -- Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification; 252-247-7023 Alt III Transportation of Supplies by Sea; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. QUOTING INSTRUCTIONS AND INFORMATION a. General Instructions (1) Questions. To insure the integrity of the procurement process, questions regarding this acquisition are to be directed ONLY to the 502d Contracting Squadron personnel. Questions should be in writing and sent by email to robyn.a.villafranco.civ@mail.mil. Answers considered material to the successful receipt of quotes will be made accessible to all potential quoters via FedBizOpps. Questions will not be accepted after Friday, September 28 at 09:00 hours CST. (2) The attached Bid Schedule should be used as a guide for pricing the leased passenger vans. The contractor must provide all information requested on the Bid schedule. (3) All vehicles proposed must be of maximum fuel efficiency, minimum body size, and engine size for all leased 12-passenger vans. Vehicles should not be "fully loaded" in terms of equipment and accessories. Vehicles are not limited to current-year production models, however, the vehicles proposed should be reliable and in a condition that provides for maximum daily usage without concerns for vehicle operability. (4) Contractor will provide valid State license plates for each 12-passenger van and provide yearly state vehicle inspections. (5) Contractor will provide all vehicle maintenance to include emergency repairs, regular preventative maintenance such as oil changes, fills/refills on oil, antifreeze, power steeering fluids, brake fluids and washer fluid in accordance with manufacturer maintenance guidelines. This list is not all inclusive. Contractor will provide a replacement vehicle of "equal or better" value for any vehicle that becomes inoperable within 72 hours of Government notification in writing of vehicle inoperability. (6) The Government will provide fuel for the leased vehicles while the leased vehicles are in their possession. b. Specific Instructions (1) The Government Basis of Award: "A single Award shall be made to the responsible, responsive offeror who meets all solicitation requirements at the lowest total price for all requirement items and is found technically acceptable." c. Proposal Requirements Part I - Price Quote- Submit no later than 09:00 am(CST) on 29 September 2012. Submit by email to: robyn.a.villafranco.civ@mail.mil. Part II-Required Documents: (1) All required Offeror Representations and Certifications specified IAW FAR 52.212-3 Alt I. (2) A written quote to include tax identification number, cage code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. Contractors must be registered in the System Award Management (SAM) database; NO EXCEPTIONS. To register, apply via the Internet at https://www.sam.gov/portal/public/SAM/.The SAM registration must be completed before award can be made. Contractors should also complete the Representations and Certifications in the SAM database. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 09:00 am CST, 29 September 2012. Late quotes will not be considered. (3) Points of Contact Ms. Robyn Villafranco, Contract Specialist, Tel: 210-221-3827, robyn.a.villafranco.civ@mail.mil; Attachments: 1. Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2315b02dbe82fd865f33ceb6e2942201)
- Place of Performance
- Address: Fort Sam Houston, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN02899254-W 20120928/120926235445-2315b02dbe82fd865f33ceb6e2942201 (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 |