Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
SOLICITATION NOTICE

W -- Lease Vehicles for U.S. Military Activities and other DoD agencies at various locations, Guam, M.I.

Notice Date
8/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019214R9006
 
Response Due
8/22/2014
 
Archive Date
9/30/2014
 
Point of Contact
ELEANOR D. MANTANONA 671-339-1143 CLAIRE C. PANGELINAN, 671-349-3901
 
E-Mail Address
eleanor.mantanona@fe.navy.mil
(eleanor.mantanona@fe.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Command Marianas (NAVFAC MARIANAS) is issuing this 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 is N40192-14-R-9006, Lease Vehicles for U.S. Military Activities and other DoD agencies at various locations, Guam, M.I., and is issued as a Request for Proposal (RFP). The RFP is an Indefinite Delivery Indefinite Quantity (IDIQ) Requirements contract with Fixed Price pre-priced line items for Vehicle Lease Services. The Government intends to make one (1) award for the solicitation. The North American Industry Classification System (NAICS) code for this acquisition is 532112. Award will be based on lowest price technically acceptable. Technical acceptability means meeting the minimum specifications listed under the following CLINs: CLIN 0001 IDIQ Base Performance Period from 1 September 2014 to 31 August 2015 IDIQ Work per Section C, Annex 1700000, Spec Item 4, and ELINS A001 “ A007. CLIN 0002 IDIQ 1ST Option Period from 1 September 2015 to 31 August 2016 IDIQ Work per Section C, Annex 1700000, Spec Item 4, and ELINS B001 “ B007. CLIN 0003 IDIQ 2ND Option Period from 1 September 2016 to 31 August 2017 IDIQ Work per Section C, Annex 1700000, Spec Item 4, and ELINS C001 “ C007. SEE ATTACHED STATEMENT OF WORK and EXHIBIT LINE ITEMS FOR DETAILS ON THIS PROCUREMENT. Offerors must be registered on the System for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the System for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil//. The following provisions and clauses are applicable: FAR 52.212-1, Instructions to Offerors--Commercial Items (FEB 2012). Price: The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items (CLINS 0001, 0002, and 0003). Provide a complete detailed cost breakdown for each contract period by cost element, by Annex, by ELIN, and by Sub-ELIN to support the amounts specified for each Contract Line Item Number (CLIN). Technical Factors: The Government will evaluate the effectiveness of the offeror ™s project management plan and structure for performance, and the ability to utilize such objectives to successfully meet the vehicle lease service requirements of this contract. The Government will evaluate whether key personnel proposed meet or exceeds the stated minimum requirements in terms of experience, education and training. The Government will evaluate whether the Offeror can support the requirements in the solicitation with adequate resources and experienced, qualified and capable personnel. Additionally, the Government will evaluate the quality control measures presented in the proposal for achieving quality and timeliness, as well as the effectiveness of the offeror ™s plan for management of subcontracted efforts. Factor A: Company Experience. The Government will focus on whether the offeror demonstrates extensive experience in recent, relevant vehicle lease service projects. The offeror ™s experience demonstrates a strong ability to manage vehicle lease projects with little to no risk of not achieving solicitation requirements. The offeror ™s contractor experience will be evaluated based upon the demonstrated vehicle lease services experience of recent, relevant projects. (a) To show company experience offerors will need to submit a minimum of two (2) and a maximum of three (3) relevant projects. (b) Such service projects within the last three years will be given greater weight than more dated experience. Factor B: Safety. The Government is seeking to determine that the Offerors have consistently demonstrated a commitment to safety and that the Offerors plan to properly manage and implement safety procedures for itself and its subcontractors. The Government will evaluate the Offeror ™s overall safety record, the Offeror ™s plan to select and monitor subcontractors, any and innovative safety methods that the Offerors plan to implement for this procurement. The Government ™s sources of information for evaluating safety may include, but are not limited to, OSHA, NAVFAC ™s Facility Accident and Incident Reporting (FAIR) database, and other related databases. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete safety information regarding these submittal requirements rests with the Offerors. (a) The Offerors shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (1) Experience Modification Rate (EMR): For the three (3) previous complete calendar years, submit your EMR (which compares your company ™s annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: For the three (3) previos complete calendar years, submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach for Safety: The Offerors shall submit a Safety Narrative describing the plan that the Offerors will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the Offerors will employ to ensure and monitor safe work practices at all subcontractor levels. The Safety Narrative shall be limited to three (3) pages. Pages that exceed the maximum number allowed will be removed and discarded prior to evaluation. The evaluation will collectively consider the following: - Experience Modification Rate (EMR) - OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate - Offeror Technical Approach to Safety - Other sources of information available to the Government (a) Experience Modification Rate (EMR): The Government will evaluate the EMR to determine if the Offerors have demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be given greater weight in the evaluation. (b) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: The Government will evaluate the OSHA DART Rate to determine if the Offerors have demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be given greater weight in the evaluation. (c) Technical Approach to Safety: The Government will evaluate the narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the narrative to determine the degree to which innovations are being proposed that may enhance safety on this procurement. Those Offerors whose plan demonstrates a commitment to hire subcontractors with a culture of safety and who propose innovative methods to enhance a safe working environment may be given greater weight in the evaluation. Factor C: Past Performance. The Government will evaluate an Offeror ™s past performance 1) on whether the projects listed in Factor 1 are relevant or not relevant and, and 2) on the degree to which past performance evaluations and all other past performance information reviewed by the government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory performance considering: (a) A pattern of successful completion of tasks; (b) A pattern of deliverables that are timely and of good quality; (c) A pattern of cooperativeness and teamwork with the Government at all levels (task managers, contracting officers, auditors, etc.); (d) Recent tasks performed that are identical to, similar to, or related to the task at hand; (e) A respect for stewardship of Government funds. For the purpose of evaluation, recent is considered to be a project within the past three (3) years and relevancy is based on similarity of service/support, complexity, dollar value, contract type, and degree of subcontract/teaming effort required, if any. For each project submitted under Factor 1, Company Experience, offerors shall submit a completed Contractor Performance Appraisal System (CPARS) evaluation or a completed Past Performance Questionnaire (PPQ). The Offerors shall submit a past performance evaluation record for recent and relevant vehicle lease projects in reverse chronological order with the oldest information first and the most recent last. The Offerors shall discuss the type of work involved, how their efforts contributed to the success of the project, and how it relates to this requirement. IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included in the solicitation is provided for the offerors or its team members to submit to the client for each project the offerors identify as recent and relevant. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment ), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Governments point of contact, Eleanor D. Mantanona, via email at eleanor.mantanona@fe.navy.mil prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Also include performance recognition documents received within the last three (3) years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition documents that are more recent may be given greater weight than more dated performance recognition documents In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror ™s proposal, inquiries of owner representative(s), and any other known sources not provided by the Offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Government will evaluate an Offeror ™s past performance (1) on whether the projects listed in Factor 1 are relevant or not relevant and (2) on the degree to which past performance evaluations and all other past performance information reviewed by the government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory performance considering: FAR 52.212-2, Evaluation ”Commercial Items (JAN 1999). The Government will evaluate an Offeror ™s past performance (1) on whether the projects listed in Factor 1 are relevant or not relevant and (2) on the degree to which past performance evaluations and all other past performance information reviewed by the government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory performance considering: (a) A pattern of successful completion of tasks; (b) A pattern of deliverables that are timely and of good quality; (c) A pattern of cooperativeness and teamwork with the Government at all levels (task managers, contracting officers, auditors, etc.); (d) Recent tasks performed that are identical to, similar to, or related to the task at hand; (e) A respect for stewardship of Government funds. Award will be based on lowest price technically acceptable. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2012). The offeror must include a completed copy of this provision with their proposal or be currently registered and active in the SAM website with their Representations and Certifications completed. Offeror must also be registered with Wide Area Work Flow (WAWF) at https://wawf.eb.mil; and Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (OCT 2010). Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.204-7System for Award Management Registration (Aug 2012) FAR 52.208-4Vehicle Lease Payments (APR 1984) FAR 52.208-5Condition of Leased Vehicles (APR 1984) FAR 52.208-6Marking of Leased Vehicles (APR 1986) FAR 52.209-7Information Regarding Responsibility Matters (FEB 2012) FAR 52.217-8Option to Extend Services (NOV 1999) FAR 52.217-9Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28Post Award Small Business Representation (APR 2012) FAR 52.222-3Convict Labor (JUN 2003) FAR 52.222-19Child Labor--Cooperation with Authorities and Remedies (MAR 2012) FAR 52.222-21Prohibition Of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35Equal Opportunity for Veterans (SEP 2010) FAR 52.222-36Affirmative Action for Workers With Disabilities (OCT 2010) FAR 52.222-37Employment Reports On Veterans (OCT 2010) FAR 52.222-41Service Contract Act 1965 (NOV 2007) FAR 52.222-42Statement of Equivalent Rates for Federal Hires (MAY 1989) FAR 52.222-44Fair Labor Standards act and Service Contract Act-Price Adjustment (SEP 2009) FAR 52.222-50Combating Trafficking in Persons (FEB 2009) FAR 52.223-18Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.225-25Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification (DEC 2012) FAR 52.228-5Insurance-Work on a government Installation FAR 52.228-8Liability and Insurance--Leased Motor Vehicles (MAY 1999)\ FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-36Payment by Third Party (FEB 2010) FAR 52.253-1Computer Generated Forms (JUN 1991) FAR 52.233-3Protest After Award (AUG 1996) FAR 52.233-4Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.252-1Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.525-2Clauses Incorporated by Reference (FEB 1998) DFARS 252.203-7000Representation Relating to Compensation of Former DoD Officials (APR 2012) DFARS 252.203-7002Requirements to Inform Employees of Whistleblower Rights (JAN 2009) DFARS 252.203-7005Representation Relating to Compensation of Former DoD Officials (APR 2012) DFARS 252.204-7004System for Award Management Alternate A (SEP 2007) DFARS 252.204-7011Alternate Line Item Structure (SEP 2011) DFARS 252.212-7000Offeror Representations and Certifications - Commercial Items (NOV 2009) DFARS 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.215-7007Notice of Intent to Resolicit (JUN 2012) DFARS 252.215-7008Only One Offer (JUN 2012) DFARS 252.225-7000Buy American Act (DEC 2009) DFARS 252.225-7001Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7002Qualifying Country Sources as Subcontractors (APR 2003) DFARS 252.225-7012Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.232-7003Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010Levies on Contract Payments (DEC 2006) DFARS 252.243-7002Request for Equitable Adjustment (MAR 1998) DFARS 252.247-7023Transportation of Supplies by Sea, Alternate III (MAY 2002) DFARS 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) End of Provisions/Clauses. This announcement is the solicitation which will result in an IDIQ Requirements contract. SEE ATTACHED STATEMENT OF WORK. The Unit Prices will be rounded to the nearest dollar. This announcement will close at 4:30 PM Pacific Standard Time on Friday, 22 August 2014. Point of Contact: Offerors can submit their proposal to: Eleanor D. Mantanona at eleanor.mantanona@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019214R9006/listing.html)
 
Place of Performance
Address: Naval Facilities Engineering Command, Marianas
Zip Code: PSC 455, BOX 195, Santa Rita, guam
 
Record
SN03455657-W 20140809/140807235452-0f5f3faf414312ca132aa8601bdf5cf8 (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.