Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2014 FBO #4635
SOLICITATION NOTICE

W -- W--RENTAL VEHICLES, MULTIPLE BLANKET PURCHASE AGREEMENTS

Notice Date
8/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S814Q0007
 
Response Due
8/22/2014
 
Archive Date
9/30/2014
 
Point of Contact
Rosa Diaz, 253-966-3475
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(rosa.i.diaz.civ@mail.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 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and DCN 20140731. This requirement is an unrestricted procurement with a NAICS Code of 532111 and a corresponding size standard of $35.5 Million. The current requirement is to provide commercial vehicle rentals with a three (3) year term blanket purchase agreement (BPA). The requirement represents the consolidated needs of the Transportation Motor Pool, Joint Base Lewis-McChord (JBLM) organizations residing on the installation, and surrounding Army components, as well as, visitors from other commands. The requirement will be advertised as a multiple award BPA with the objective of awarding agreements to two or more contractors. Contractors must be located within a 100-rnile radius of JBLM, WA based upon orders, potentially, requiring 24-hours' response time for daily, weekly, and monthly rentals of sedans, vans, small utility vehicles/trucks, and box trucks. Proposals will be evaluated on price. The period of performance will be September 1, 2014 through August 31, 2017. The selection resulting from this solicitation will be made on the basis of the lowest priced and technically acceptable from at least two responsible quoters with acceptable or neutral past performance. Technical Acceptability constitutes: the items offered by the vendor meet the conditions of the Statement of Work included in the solicitation, or the full description and specifications of the quote mark equal quote mark items the vendor is offering are equivalent to or exceed the specifications included in the solicitation. Once the Contracting Officer has decided to whom an order will be issued, a Blanket Purcahse Agreement will be issued using a SF1155. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Wherever the words quote mark offer, quote mark quote mark proposal, quote mark quote mark offerors, quote mark or similar terms are used in this solicitation or any provision, they shall be read to mean quote mark quote, quote mark quote mark quotation, quote mark quote mark quoter, quote mark quote mark vendor, quote mark or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. In accordance with FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. (End of clause). Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.209-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, and 52.232-33. Responses are due on August 22, 2014 at 3 P.M. Pacific Daylight Saving Time. Inquiries regarding this solicitation may be made to Ms. Rosa Diaz, rosa.i.diaz.civ@mail.mil and Mr. Steve Dawson, steven.m.dawson4.civ@mail.mil. Quoters must be registered in the System for Award Management (SAM) database at www.sam.gov to be considered for selection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c4bcab6debb93210b521871e8c0e445)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Building 2015, Box 339500 MS 17 JBLM WA
Zip Code: 98433-9500
 
Record
SN03447089-W 20140803/140801235152-1c4bcab6debb93210b521871e8c0e445 (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.