SOLICITATION NOTICE
23 -- Lease of one 2013 Chrysler 300 - SSA-RFQ-13-0120
- Notice Date
- 1/24/2013
- 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-13-0120
- Archive Date
- 2/22/2013
- Point of Contact
- JOYCE L. WERRELL, Phone: 4109659493, Daniel Walker, Phone: 410-965-4188
- E-Mail Address
-
JOYCE.WERRELL@SSA.GOV, daniel.walker@ssa.gov
(JOYCE.WERRELL@SSA.GOV, daniel.walker@ssa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment III Representations and Certifications Attachment II Commercial Item Clauses Attachment I Spec of New Vehicle The Social Security Administration (SSA) is seeking quotations for the LEASE OF one 2013 Chrysler 300. This is a combined synopsis/request for quote (SSA-RFQ-13-0120) for a commercial item 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. This is a 100% Small Business Set-Aside. 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 REQUIREMENT for full service leasing of one (1) vehicle in accordance with the attached specifications in Attachment 1 of this notice. The period of performance will be for a base and three option years as follows: Base Year: 05/01/13 to 04/30/14 Option Year 1: 05/01/14 to 04/30/15 Option Year 2: 05/01/15 to 04/30/16 Option Year 3: 05/01/16 to 04/30/17 TELEPHONE SYSTEM: The Government will install its own telephone system in the vehicle and will have limousine tinting put on the Chrysler 300. 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 May 01, 2013, at a time that is mutually agreed to between the Government and the contractor. The miles per year the vehicle is anticipated to be driven is approximately 18,500. The selected offeror must comply with the commercial item terms and conditions as well as any addenda to these clauses in attachment 2. 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 3 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. The contractor shall provide a firm-fixed price for a base period and three (3) option periods 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/request for quote are due no later than 2:30 p.m.EST, Thursday, February 07, 2013. Offerors may send responses via email to Joyce.Werrell@ssa.gov. All questions regarding this RFQ must be submitted in writing to Joyce Werrell at the email address provided previously by January 31, 2013 at 2:30PM 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 System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-13-0120/listing.html)
- Place of Performance
- Address: Social Security Administration, 6401 Security Blvd, Baltimore, Maryland, 21235, United States
- Zip Code: 21235
- Record
- SN02972179-W 20130126/130124234955-34bc598b9823f49dbe82cea92514ddb0 (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 |