SOLICITATION NOTICE
W -- VS16 Rental Vehicle
- Notice Date
- 8/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FA5240-16-Q-M073
- Archive Date
- 8/18/2016
- Point of Contact
- Fernando D. Delgado, Phone: 6713666684
- E-Mail Address
-
fernando.delgadotorres@us.af.mil
(fernando.delgadotorres@us.af.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- DEPARTMENT OF THE AIR FORCE HEADQUARTERS, 36TH WING (PACAF) ANDERSEN AIR FORCE BASE, GUAM Global Power for America 01 August 2016 MEMORANDUM FOR ALL INTERESTED PARTIES FROM: 36 CONS/LGCB Bldg. 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. 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; quotes are being requested and a written solicitation will not be issued. 2. FA5240-16-Q-M073 for Vehicle Rentals is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-88, effective date 15 June 2016. 4. This solicitation will give preference to small businesses under the 532111 North American Industrial Classification System (NAICS) Code, with a small business size standard of $38.5M. This solicitation may provide for multiple awards from this single requirement in accordance with FAR 13.101(b)(1). 5. The government request quotes for the following items; CLIN Number Description Unit of Issue Unit Price Extended Price TR RW (F1C3476209A002) Period of Performance: 21 Aug to 15 Oct 2016 0001 2-Door Truck 4 EA 0002 8/7 Passenger Vans 5 EA 0003 15 Passenger Vans 7 EA Period of Performance: 21 Aug to 28 Sept 2016 0004 Sedans 11 EA 0005 8/7 Passenger Vans 4 EA 0006 15 Passenger Vans 6 EA 0007 2-Door Truck 1 EA Period of Performance: 21 Aug to 29 Sept 2016 0008 Sedans 1 EA 0009 15 Passenger Vans 2 EA 0010 4-Door Truck 3 EA Period of Performance: 23 Aug to 29 Sept 2016 0011 8/7 Passenger Vans 3 EA 0012 15 Passenger Vans 2 EA Period of Performance: 25 Aug to 13 Oct 2016 0013 Sedans 1 EA Period of Performance: 25 Aug to 29 Sept 2016 0014 8/7 Passenger Vans 1 EA Period of Performance: 3 Sept to 26 Sept 2016 0015 Sedans 5 EA 0016 8/7 Passenger Vans 2 EA 0017 15 Passenger Vans 2 EA Period of Performance: 4 Sept to 29 Sept 2016 0018 8/7 Passenger Vans 2 EA 0019 15 Passenger Vans 1 EA Period of Performance: 9 Sept to 25 Sept 2016 0020 15 Passenger Vans 2 EA Period of Performance: 9 Sept to 24 Sept 2016 0021 Sedans 6 EA Period of Performance: 10 Sept to 9 Oct 2016 0022 Sedans 4 EA 0023 8/7 Passenger Vans 4 EA 0024 15 Passenger Vans 4 EA 0025 2-Door Truck 1 EA Period of Performance: 11 Sept to 9 Oct 2016 0026 15 Passenger Vans 3 EA Period of Performance: 11 Sept to 25 Sept 2016 0027 SUV 1 EA Period of Performance: 23 Sept to 9 Oct 2016 1 EA 0028 15 Passenger Vans 1 EA 0029 SUV 1 EA 0030 2-Door Truck 6. The government requests that all items be available on the days specified in the table above. There are various delivery locations for the vehicles, the contractor will be notified of location prior to start of rental. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. 7. FAR 52.212-1 Instruction of Offerors -- Commercial applies to this acquisition. 8. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (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: 1. Price 2. Technical Capability: Technical capability will be evaluated as follows: • Number of Seats Requested per Vehicle and/or • Equal or Greater Amount of Seats and Cargo Spacing (Example: If vendor cannot provide sedans but can provide SUV's with equal or greater amount of seats than that of the sedan, at no additional cost to the Government, the vendor will be deemed technically acceptable.) Technical capability is equal to price. (b) 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. 9. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 10. FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) applies to this acquisition. 12. FAR 52.219-7, Notice of Partial Small Business Set-Aside applies to this acquisition. 13. Additional provisions and clauses that apply to this acquisition are: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.233-2, Service of Protest; FAR52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Break of Contract Claim; FAR 52.252-1, Provisions Incorporated by Reference (https://farsite.hill.af.mil); FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; AFFARS 5352.201-9101,Ombudsman. Clauses in this RFQ are not all inclusive. Other clauses may be incorporated in the award. 14. ADDENDA to FAR 52.212-1, Instructions to Offerors - Commercial Items (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (End Clause) 15. INSURANCE AND DAMAGE LIABILITY a. The contractor will maintain in force, at its sole cost, insurance coverage, or a duly qualified self-insurance program, which will protect the United States Government and its employees using vehicles under this agreement against liability for personal injury, death, and property damage arising from the use of the vehicle. b. Loss of or Damage to Vehicle: The contractor hereby assumes and shall bear the entire risk of loss of or damage to rented vehicles (including costs of towing, administrative costs, loss of use, and replacements), from any and every cause whatsoever, including without limitation, casualty, collision, fire, malicious mischief, vandalism, tire damage, falling objects, overhead damage, glass breakage, strike, civil commotion, theft and mysterious disappearance, except when the loss or damage is caused by one or more of the following: i. Obtaining the vehicle through fraud or misrepresentation, or the damage or loss is caused intentionally by an authorized driver ii. Operation of the vehicle by a driver who is under the influence of intoxicants or any prohibited drugs iii. Use of the vehicle for any illegal purpose iv. Use of the vehicle in pushing or towing another vehicle v. Use or permitting the vehicle to carry passengers of property for hire vi. Operation of the vehicle in live artillery fire exercise, or used in training for tactical maneuvers vii. Operation of the vehicle in test, race or contest viii. Theft of the rented vehicle and the renter cannot produce the vehicle keys, unless the renter can show the keys were stolen through theft or robbery ix. Operation of the vehicle off paved, graded, professionally maintained roads, or driveways, except when the contractor has agreed to this in writing beforehand x. Operation across international boundaries unless specifically authorized at the time of rental c. Billing of Damages: When loss or damage is due to an exception stated above, the contractor will submit its bills directly to the renter's agency to the attention of the Contracting Officer at the official duty address on page 1 of the contract document. If the agency denies liability on the basis that the renter or other authorized driver was not operating the vehicle within scope or employment or for an official purpose at the time of the loss, the contractor may handle the matter directly with the renter. Claims for damage to a vehicle will not include amounts for administrative costs, loss of use or replacements. d. Police Report: The renter will notify the company of any accident and obtain a police/traffic report for the contractor if one is reasonably available, and will fill out an accident report when requested to do so. The contractor will advise the renter that failure to report an accident may result in the employee being charged with the cost of repairs to the rented vehicle. The government reserves the right to award more than one contract as a result of this solicitation. 16. Requests for Information (RFI) are due to the Government NO LATER THAN 3 August 2016 at 1000 Hours Chamorro Standard Time. RFI's must be addressed to Catalina Davis and requested via e-mail. 17. Quotes are due back to the government NO LATER THAN 4 August 2016 at 1400 Chamorro Standard Time. Oral quotes will not be accepted. 18. Any quotes or questions may be emailed to Catalina Davis at catalina.davis@us.af.mil, 2d Lt Christopher Shaheen at christopher.shaheen.1@us.af.mil or the undersigned at fernando.delgadotorres@us.af.mil. FERNANDO DELGADO Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-16-Q-M073/listing.html)
- Place of Performance
- Address: Andersen AFB, YIGO, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN04204395-W 20160803/160801235733-2a815c6846b94bd3ca566e1d45661a31 (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 |