SOLICITATION NOTICE
W -- 100% Electric Vehicle Lease for NAVFAC Southwest AOR - Package #1
- Notice Date
- 1/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Coronado FEAD/CODE ROPMN, Naval Air Station North Island/5SC2, PO Box 357007/Building 343, San Diego, California, 92135-7007, United States
- ZIP Code
- 92135-7007
- Solicitation Number
- N6247316R1002
- Archive Date
- 2/23/2016
- Point of Contact
- Patty Olivas, Phone: 6195323065, Lisa Young, Phone: 6195322077
- E-Mail Address
-
patty.olivas@navy.mil, lisa.m.young@navy.mil
(patty.olivas@navy.mil, lisa.m.young@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Excel ELINs Solicitation RFP In accordance with Federal Acquisition Regulations (FAR) Part 12, this procurement will be processed as a commercial item acquisition. This procurement consists of one solicitation with the intent to award one IDIQ Facilities Support Contract Services to commercially lease between 400 and 600, 100% electric vehicles for use at the Navy and Marine Corps installations located in California including but not limited to: Naval Base San Diego, Naval Base Point Loma, Naval Base Coronado, NAF El Centro, Naval Weapons Station Seal Beach, Naval Base Ventura County, Naval Air Weapons Station China Lake, Naval Air Station Lemoore, Naval Support Activity Monterey, Marine Corps Recruit Depot San Diego, Marine Corps Air Station Miramar, MCB Camp Pendleton, Marine Corps Logistics Base Barstow, Marine Corps Air Ground Combat Center Twenty-Nine Palms. Services to be performed under the resulting contract may include the following Facilities Support (FSC) Services: passenger vehicle leasing, providing web-based telematics services, roadside assistance services, and preventative maintenance services. This is an UNRESTRICTED procurement - any size business may submit a proposal. The basic contract period will be for 12 months, with two (2) 12-month options for a total maximum duration of 36 months. The Government will not synopsize the options. The North American Industry Classification System (NAICS) Code is 532112 and the size standard is $38.5 million dollars. Best Value Source Selection Procedures will be used and award may be made to the offeror whose proposal represents the best value, after evaluation in accordance with the factors and their relative importance included in the solicitation. The Government intends to evaluate offers and award a contract without discussions. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Selection for award will be based on evaluation of the following: Factor 1 - Recent, Relevant Experience of the Firm Factor 2 - Management & Technical Approach Subfactor 2A - Management Approach Subfactor 2B - Technical Approach Factor 3 - Safety Factor 4 - Small Business Utilization Subfactor 4A - Past Performance in Utilizing Small Business Concerns Subfactor 4B - Small Business Participation Factor 5 - Past Performance on Recent, Relevant Projects Factor 6 - Price The relative importance of the non-cost/price evaluation factors is as follows: (a) For Factor 2 - Subfactors 2A and 2B are of equal importance to the determination of the Factor 2 Rating. (b) For Factor 4 - Subfactors 4A and 4B are of equal importance to the determination of the Factor 4 Rating. (c) Factors 1 thru 4 are of equal importance to each other and when combined, are equal in importance to Factor 5, the past performance evaluation/performance confidence assessment factor. (d) When the proposal is evaluated as a whole, the technical factors and past performance/ performance confidence assessment factor combined (i.e., the non-cost/price evaluation factors) are approximately equal to Factor 6, Price. The importance of price will increase if the Offeror's non-cost/price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non-cost/price proposal's superiority to the Government. Award will be made to the responsible Offeror(s) whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. A formal Pre-Proposal Conference will be held at a future date and a notice will be posted on FedBizOps. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the Government. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the internet via amendment to the solicitation. It is the contractor's responsibility to check the website daily for any and all amendments to this solicitation. All contractors must be registered in the System for Award Management (SAM) database prior to award of a DOD contract. Contractors may obtain information on registration at https://www.sam.gov/portal/SAM/. Contractors shall comply with the VETS-4212 reporting requirements of FAR Clause 52.222-37, Employment Reports on Veterans (Oct 2015), prior to receiving award of a federal contract exceeding $25,000. Instructions, information and follow-up assistance is provided at VETS-4212 Internet site at http://www.dol.gov/vets/vets4212.htm. Proposals are due on February 8, 2016, by 12:00 PM, Noon - Pacific Time, and shall be delivered to NAVFAC Southwest, Attn: Patty Olivas, CODE ACQ10.PO, 1220 Pacific Highway, Building 127, San Diego, CA 92132. Point of Contact for this solicitation is Patty Olivas, telephone: 619-532-3065 or email: patty.olivas@navy.mil. There will be no public bid opening.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711W/N6247316R1002/listing.html)
- Place of Performance
- Address: Naval Facilities Engineering Command, Southwest, Attn: PW Contracts Core, 1220 Pacific Highway, San Diego, California, 92132, United States
- Zip Code: 92132
- Zip Code: 92132
- Record
- SN03983205-W 20160107/160105234742-0c8746ce7181d7745df7b81fef1698ee (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 |