Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2015 FBO #4978
SOURCES SOUGHT

W -- Commercial Lease Vehicles

Notice Date
7/9/2015
 
Notice Type
Sources Sought
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0307
 
Archive Date
8/1/2015
 
Point of Contact
Kenneth R. Waddell, Phone: 7038756027, Deborah Koplen, Phone: 703-875-6643
 
E-Mail Address
waddellkr@state.gov, KoplenDJ@state.gov
(waddellkr@state.gov, KoplenDJ@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Department of State (DoS) Commercial Lease Vehicles RFI # SAQMMA15R0307 Issue Date: 07/09/2015 Response Due Date: 07/17/2015 11:00A.M. EDT E-Mail: Communicate directly with Kenneth Waddell, Contract Specialist by email at Waddellkr@state.gov. Please ensure all email correspondence contains: RFI # SAQMMA15R0307 in the subject line of the email. Issued by: This Request for Information is being issued by the Department of State (DoS), Administrative, Logistics Management, Acquisitions, Diplomatic Security Contracts Division (A/LM/AQM/DSCD) on behalf of DoS, Bureau of Diplomatic Security, Office of Dignitary Protection (DS/P/DP). RFI Purpose: This RFI is a market research tool to survey the commercial market place for written responses with information to assist in identifying potential sources that are interested and reasonably capable of executing, supplying, and professionally manage the work described herein. The government is seeking to obtain feedback as well as any questions or concerns regarding the draft scope of work to enable the government to move forward and apply industry best practices and procedures. Requirement Background: The Office of Dignitary Protection of the Bureau of Diplomatic Security regularly requires commercially leased motor vehicles for the transportation of foreign dignitaries, up to the cabinet level and senior Government officials who do not require an armored vehicle. Vehicles leased shall be full-sized passenger sedans and intermediate size sports utility vehicles able to accommodate four (4) passengers and a driver comfortably. Individual vehicles leases shall be for the period described in each delivery order but not to exceed sixty-six (66) months. Product Requirement: A. Description: 1) The vendor shall have the North American Industry Classification System (NAICS) Code of: 532112; Passenger Car leasing B. Scope/Specifications Requirements: 1) Units shall be executive package passenger vehicles. All vehicles proposed for delivery to the Government shall be new, current year vehicles. Previously owned, leased, or rental vehicles shall not be accepted. Each vehicle shall be ready to drive and shall include but not be limited to all fluids and lubricants at the levels specified by the manufacturer. 2) The Government reserves the right to install in Contractor-furnished vehicles cellular telephones, radios, emergency lights systems and such other specialized equipment as may be deemed necessary by the Government. 3) The contractor will be required to have the expertise to oversee up-fitting of the DoS security packages (e.g., lights, sirens, antennas, etc.) on and within the new vehicles. The vehicles will need to be taken off the manufacturer's assembly line as they are being manufactured, up-fitted with the DoS security package and returned to the assembly line to complete full assembly of other parts and accessories. 4) The Office of Dignitary Protection re quires up-fitted commercially leased motor vehicles to be delivered at its headquarters in Washington, DC and seven other domestic field offices (Boston, Chicago, Los Angeles, Miami, San Francisco, Houston and New York). C. The lease vehicle make and model types include: 1. 2016 Chevrolet Suburban 1 ton 2. 2016 Chevrolet Impala 3. 2016 Chrysler 300 4. 2016 Chrysler Town and Country Mini Van Submittal Information All potential sources who are interested and believe their business is reasonably capable of fulfilling the requirement are invited to submit; in writing, a capability statement with sufficient information to substantiate your business is reasonably capable of performing the work.. The capability statement must demonstrate a business' ability to fulfill requirements as well as to be responsive to the questions posted herein. Submission Contents: Please Include: A. Cover Sheet 1. Company Name 2. Company Address 3. Point of Contact 4. Telephone Number 5. E-mail Address 6. DUNS Number 7. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business). Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work that each company will perform. 8. If the company hold a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number relevant Special Item Numbers (SINs) applicable to this requirement. B. Capabilities / Qualifications 1. A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. C. North American Industry Classification System (NAICS): 532112; Passenger Car leasing RFI Point of Contact (POC): Kenneth Waddell, Contract Specialist, Security Branch Division, P.O. Box 9115, Rosslyn Station, Arlington, VA 22219 Please submit electronic responses (via email) to Kenneth Waddell at Waddellkr@state.gov no later than 11:00 AM EDT on Friday, July 17, 2015. Additional Information DISCLAIMER This RFI is solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as "Proprietary" will be handled accordingly. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0307/listing.html)
 
Place of Performance
Address: U.S. Department of State, 1801 N. Lynn Street, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN03790992-W 20150711/150709235353-9c1c356b0d3f28d6947e2592c31ccb34 (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.