Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

23 -- Box Truck Lease

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVHC3219AL02
 
Archive Date
5/3/2014
 
Point of Contact
Raymond Bussey, Phone: 8138281660
 
E-Mail Address
raymond.bussey@us.af.mil
(raymond.bussey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirment is F2VVHC3219AL02 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following item a Lease agreement for one (1) Box Truck vehicles.in accordance with the attached Statement Of Work (SOW)***. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective 25 Nov 2013 and DFAR DPN 201131216 16 Dec 13 and AFFARS AFAC 2013-Baseline 27 Aug 2013. The North American Industry Classification System code (NAICS) is 532120, with a Small Business Size Standard of $35.5 million This requirement is being solicited as 100% Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: Base year plus two (2) options years SEE ATTACHED PERFORMANCE WORK STATEMENT FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIRED. CLIN 0001-One each (1) Box Van ( 14ft min.) 12 Months Box Van ( 14ft min.) V-8 Powered with 10,000 lbs. capacity with lift gate, in accordance with all specifications listed in the attached SOW -- Base year - 1 June 2014 - 31 May 2015 CLIN 0002 -Mileage overage Estimated mileage per year is 6,000 miles. If CLIN 0001 is quoted on the basis of limited annual mileage; contractor shall specify what the annual mileage limit is and what is the charge rate per mile in this CLIN. CLIN 0003 -Maintenance 12 Months Maintenance not covered by the standard warranty (e.g. oil changes) or if not included in the price of CLIN 0001 shall be quoted in this CLIN. CLIN 0004 - 6 Month Extension - Base Year 6 Months CLIN 1001-- Option Yr. 1- 1 Jun 2015 - 31 May 2016 12 Months CLIN 1002 -Mileage overage CLIN 1003 -Maintenance 12 Months CLIN 1004 -- 6 Month Extension - Option Yr. 1 6 Months CLIN 2001-- Option Yr. 2 - 1 Jun 2016 - 31 May 2017 12 Months CLIN:2002 -Mileage overage CLIN 2003 -Maintenance 12 Months CLIN 2004 -- 6 Month Extension - Option Yr. 2 6 Months Total Evaluated Price (TEP): Price proposals will be evaluated based on the TEP. The TEP will be calculated as the sum of the Offeror's proposed prices for a basic period, all option year periods (4 years), and 6-month extensions. Evaluation of options/extensions shall not obligate the Government to exercise such options or extensions. The TEP will be used for evaluation purposes only. Proposed pricing for the 6-month extension will be based on each Option period to determine the total evaluated price. IAW FAR 52.217-8, offerors should not propose different pricing for each 6-month extension. The rate should be based on that period's monthly rate. For example, the monthly rate used for CLIN 1001 should be the same rate used for CLIN 0001. The 6-month extension of services is IAW FAR 52.217-8, "Option to Extend Services" and will only be utilized if necessary. The 6-month extension of services is not to be considered part of the Option Year periods and will be a separate option exercise if it is utilized. However, proposed pricing for the 6-month extension will be based on the current performance period's (base or subsequent option year) pricing as detailed in Section B of the resulting contract. DELIVERY ADDRESS: The services and/or supplies are procured on the behalf of HQ USCENTCOM on MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective 30 Jan 2014 and DFAR DPN 20140311 11 Mar 14 and AFFARS AFAC 2013-Baseline 27 Aug 2013. FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; Far 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: the following clauses apply:DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000,Contractor Access to AF Installations, The following clause (FAR 52.219-28) is applicable and shall be completed and submitted with the proposal. 52.219-28 - Post-Award Small Business Program Rerepresentation. (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDAOFFER PREPARATION INSTRUCTIONS: (a) To assure timely and equitable evaluation of the offer, the offeror must follow the instructions contained herein. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Schedule - submit original and one copy, (2) Complete the necessary fill-ins and certifications in provisions. 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government Statement of Work requirement (ii) Price  Proposals shall be evaluated to determine price fair and reasonableness (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within __30_Days_ (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within _30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60__ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___42_ months. (End of Clause) In addition, the proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Also, in order to be elgible for the award the company must be registered in the System for Award Management (SAM) database at http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make an offeror ineligible for award. The Small Business Specialist Mr. Nelson Escribano can be contacted at (813) 828-0264. All responsible sources may submit an offer, which shall be considered by the agency. DEADLINE: Offers are due on Friday, 18 April 2014 by 1:00 PM EST. Any questions regarding this notice should be directed to Raymond Bussey, Contract Specialist, Phone (813) 828-1660. Quotes may be emailed, faxed to; Attn. Raymond Bussey at Fax (813) 828-5111 Email raymond.bussey@us.af.mil or mailed to 6 CONS/LGCB, 2610 Pink Flamingo Ave, MacDill AFB, Fl 33621-5119. Submit the following items with the quotations: 1) Pricing Schedule, 2) Completed Representations and Certifications as required in FAR 52.212-3 (accessible at the Air Force Site, http://farsite.hill.af.mil.)  PLEASE FILL OUT AND RETURN WITH QUOTE 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision   STATEMENT OF WORK VEHICLE LEASE FOR U.S. CENTRAL COMMAND REQUIREMENT DESCRIPTION 1. SCOPE/OBJECTIVE: We are seeking for the following vehicle: a. (1) Box Truck V-8 powered 2. MINIMUM REQUIREMENTS: a. Period of performance: 1 June 2014 to 31 May 2015 (or from the delivery date) b. Specifications: 1. Box truck (14ft min.) 10,000 capacity, 1 each 1,600lb lift gate. 2. Wood panels and rails in the interior rear box for material tie down. 3. Access from cab to cargo hold. 3. OTHER SPECIFICATIONS: 1. Any 2014 or newer model vehicle 2. Full fuel tank on initial delivery of vehicle 3. All fluids required for operation filled in accordance with manufacturers' specifications 4. Free of any fluid leaks 5. Vehicle shall operate on unleaded fuel or diesel fuel 6. Vehicle shall have key Locking Fuel Caps or a locking gas tank door 7. Vehicles shall comply with GCC specifications 8. Vehicle shall comply with the National Highway Traffic Safety Administration‘s (NHTSA) Federal Motor Safety Standards and Regulations and have obtain a minimum Three (3) Star Rating on the vehicle safety performance provided by NHTSA. The website for this information is: www.nhtsa.dot.gov 9. Contractor may replace the vehicle at any time with an equal or higher quality vehicle (based upon age and mileage, maintenance costs on that specific vehicle, factory recall, etc); 10. Vehicle maintenance and repair included by provider 4. MAINTENANCE SCHEDULE: The contractor shall provide a manufacturer's maintenance schedule for each vehicle to the Contracting Officer or his designated Representative upon delivery of the vehicles. The contractor shall perform to the scheduled services in accordance with manufacturer's maintenance schedule at no additional cost to the Government. If the vehicle's manufacturer identifies two or more maintenance schedules based on usage and/or driving conditions of the vehicle, the Contracting Officer shall make the determination as to which maintenance schedule shall be followed. Scheduled turn-in vehicles shall be made at least three (3) days in advance by the Contracting Officer Representative. In addition to the required scheduled service, the contractor shall conduct the following checks of the vehicle and repair, or adjust as necessary to comply with manufacturer's specifications:  Check all fluid levels  Check all vehicle external lights and signals  Check tire tread wear and tear (including the spare) and inflation level  Check front wheel alignment (unless identified specifically in the maintenance schedule)  Check vehicle for any leaks  Check brake pads for wear 5. UNSCHEDULED MAINTENANCE: Unscheduled maintenance is maintenance required to return the vehicle into compliance with all specifications required under this acquisition as a result of an unforeseen breakdown of equipment. 6. CONTRACTOR RESPONSIBILITY: The contractor shall be responsible for performing all unscheduled maintenance, which includes all labor, equipment, parts and materials. Listed are examples of unscheduled maintenance but are not limited to the following:  Broken drive belts  Vehicle failing to start  Air conditioner outage  Batteries  Broken windshield or side windows  Electrical maintenance problems 7. DAMAGES: The contractor shall be responsible for repairs resulting from normal wear and tear. Damages such as door dings or minor scratches are considered normal wear and tear. Damages resulting from the contact of two vehicles (one or both in the process of movement) or the leased vehicle striking an immovable object while being driven, shall be reported to the providing vendor. 8. ANNUAL MILEAGE: The estimated annual mileage is 6,000 miles. 9. VEHICLE PAYMENTS: (a) Upon submission of proper invoices by the Contractor, the Government shall pay for each vehicle at the rate(s) specified in this contract. (b) Rent shall accrue from the beginning of this contract, or from the date each vehicle is delivered to the Government, whichever is later, and shall continue until the expiration of the contract term or the termination of this contract. However, rent shall accrue only for the period that each vehicle is in the possession of the Government. (c) Rent shall not accrue for any vehicle that the Contracting Officer determines does not comply with the Conditions or Requirements of this contract, until the vehicle is replaced or the defects are corrected. (d) Rent shall not accrue for any vehicle during any period when the vehicle is unavailable or unusable as a result of the Contractor's failure to render services for the operation and maintenance of the vehicle as prescribed by this contract. (e) Billing cycle for all vehicles under this contract will be from the 1st / 30th or the last day of the month. Vehicles obtained after the 1st, will still follow the end of month billing cycle procedures. (Example: billing cycle 10 Mar - 31 Mar). Contractor will submit bill for actual days used by the Government for that month. 10. CONDITION OF LEASED VEHICLE: Each vehicle furnished under this contract shall be a 2014 or newer model. The vehicle shall comply with the GCC Vehicle Safety Standards and the safety regulations applicable to the vehicle. The Government shall accept or reject the vehicles promptly after receipt. 11. LEASE TERM AND CONDITIONS: Duration of this contract will be a one (1) year lease with two (2), one (1) year option periods. 12. DOCUMENTATION TO BE PROVIDED BY CONTRACTOR: The Contractor shall provide the Contracting officer or the COR the following information on each vehicle upon delivery: (a) Registration information (b) Owner's Manual(s)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVHC3219AL02/listing.html)
 
Place of Performance
Address: 7115 S Boundary Blvd, Macdill AFB FL, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03330920-W 20140406/140404235130-4c52e5b6707df9d16864f06a7c54c1ff (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.