Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
MODIFICATION

W -- Short Term Vehicle Rentals for NAVFAC Mid-Atlantics Hampton Roads and North East Area of Responsibility

Notice Date
7/3/2019
 
Notice Type
Modification
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9158
 
Response Due
7/11/2019
 
Archive Date
7/26/2019
 
Point of Contact
Susan Roberts 757-341-0091
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT AN INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the Invitation for Bid (IFB). Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking to identify eligible small business firms capable of providing Short-term Vehicle rental services. The work is located in the Hampton Roads Virginia area and the Northeast area. Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business, or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The Non-Recurring work may be ordered utilizing FEDMALL, or on a Task Order, on a need basis. The order will specify the exact locations and type of rental to be accomplished. The proposed requirement will be for a base period with four, one-year option periods, which cumulatively will not exceed sixty (60) months. Sealed Bidding procedures will be used to select the proposal that is most advantageous to Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Vehicle Rentals for NAVFAC MIDLANT ™S Hampton Roads Area of responsibility (AOR), and NAVFAC MIDLANT ™S NORTH EAST AREA. NAVFAC MIDLANT ™S HAMPTON ROADS AOR: Locations include but are not limited to Naval Station, Norfolk, Virginia, Naval Amphibious Base Little Creek, Norfolk VA. Including Fort Story, Virginia Beach, Virginia, Naval Air Station Oceana, Virginia Beach, VA. including Dam Neck Naval Training Center, Virginia Beach, Virginia, Naval Weapons Station Yorktown, York County, VA. including Cheatham Annex, Williamsburg, Virginia, Norfolk Naval Shipyard, Portsmouth, VA including Portsmouth Naval Hospital, and St. Julians Creek Annex, Portsmouth Virginia, Marine Corps, Camp Allen, Norfolk Va., Marine Corps, Camp Elmore, Norfolk Va., Marine Corps Air Station, Cherry Point North Carolina, Marine Corps Base Camp Lejeune, North Carolina, Marine Corps Base Paris Island, North Carolina, Marine Corps Base Beaufort, South Carolina, Marine Corps Base Albany, Georgia. NAVFAC MIDLANT ™S NORTH EAST AREA: Locations include but are not limited to Naval Station Newport, Newport, Rhode Island, Navy Submarine Base, New London, Connecticut, Portsmouth Naval Station, Kittery, Maine, Naval Weapons Station Earle, New Jersey, Naval Support Activity, Philadelphia, Pennsylvania, Philadelphia Naval Business Center, Philadelphia, Pennsylvania, Naval Support Activity, Mechanicsburg, Pennsylvania. The government reserves the right under the changes clause to add to the following areas based on the proposed expansion of the NAVFAC MIDLANT AOR: Crane, Indiana and, Great Lakes, Illinois. General Work Requirements: The Contractor shall provide for a transportation program consisting of short term vehicle rentals with unlimited mileage. Rental period shall be for daily, weekly, and monthly rentals not to exceed one hundred twenty (120) calendar days. Vehicles shall include the following: Large Sedans (i.e. Lincoln Town Car, Cadillac Deville), Full Size Sedans (i.e. Ford 500, Dodge Charger, Buick LaCrosse, Ford Crown Victoria, Buick Lucerne), Mid Size Sedans (i.e. Ford Taurus, Chevrolet Impala), Compact Sedans (i.e. Ford Fusion, Chevrolet Malibu, Dodge Stratus), 7, 12 and 15 Passenger Vans, Large Sport Utility Vehicles (i.e. Ford Excursion, Chevrolet Suburban, ), Medium Sport Utility Vehicles (i.e. Ford Expedition, Chevrolet Tahoe), Compact Sport Utility Vehicles (i.e. Ford Explorer, Chevrolet Trailblazer, Jeep Cherokee), Crew Cab Pickup Trucks (i.e. Ford F350, Chevrolet 3500, Dodge 3500), Full Size Pickup Trucks (i.e. Ford F150-250, Dodge Ram 1500-2500, Chevrolet Silverado), Cargo Vans (i.e. Ford E250, Chevrolet 2500), Stake Trucks 21,000 - 25.500 GVW (i.e. Freightliner FL60, Ford F650, Chevrolet CC6C042, International 4300, Freight liner FL70), Box Vans 21,000 - 25,500 GVW (i.e. Freightliner FL60, Chevrolet C7500, International 4300and Freightliner FL70), 15 Passengers High Top Vans with Center Aisle. All vehicles shall be the manufacturer ™s standard exterior paint and colors as available within the Contractor ™s rental fleet. All vehicles shall be American made, current year models, or no older than three model years old, except for stake trucks and box trucks. These units can be up to six (6) model years old. Each vehicle furnished under this contract shall comply with the Federal Motor Vehicle Safety Standards (49 CFR 571) and State safety regulations applicable to the vehicle. The Contractor shall provide, at no additional cost to the Government, all maintenance and repair of all vehicles, including the following: preventive maintenance, replacement parts, and repairs necessary to keep the vehicles in good repair and operating condition; oil and lubricants necessary for the efficient operation of vehicles; all necessary tires and tubes; road service due to mechanical and tire failure. All qualified firms are encouraged to respond. The anticipated contract award date for these services is 26 September 2019. The North American Industry Classification Standard (NAICS) code for this procurement is 532111 with a small business size standard of $38.5 million. SUBMITTAL REQUIREMENTS: It is requested that interested parties submit a brief capabilities package not to exceed 10 pages in length that demonstrates the ability to provide the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: This capabilities package shall address, at a minimum the following: 1. RELEVANT EXPERIENCE: Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: Vehicle rental contract(s) including individual requirements that cumulatively equal a yearly value of at least $2,000,000. Scope: Demonstrate the ability to provide a transportation program consisting of short term vehicle rentals including the following inventory: Large, Full Size, and Compact Sedans, 7, 12 and 15 Passenger Vans, Large Medium and Compact Sport Utility Vehicles, Crew Cab Pickup Trucks, Full Size Pickup Trucks, Cargo Vans, Stake Trucks 21,000 - 25.500 GVW, Box Vans 21,000 - 25,500 GVW, and 15 Passengers High Top Vans with Center Aisle. Rental period shall be for daily, weekly, and monthly rentals not to exceed one hundred twenty (120) calendar days for Hampton Roads AOR, and (90) calendar days for the North East area). Complexity: Provide details or historical data that would support your ability to provide the inventory listed in the scope of work for short notice requirements as well as special events. Multiple sizes and types of vehicles may be ordered simultaneously; therefore, it is imperative to demonstrate the ability to accommodate for competing priorities. Special events occur 3-4 times per year and include Fleet Week, Air Shows, and VIP Change of Command Ceremonies. The table below outlines the volume of rentals for Fiscal Year 2018. Projected Rental volume will be similar or greater for forthcoming Fiscal Years. Site Rental Days Rental Weeks Rental Months Norfolk 12 passenger van 28 11 17 15 passenger van 530 120 365 7 passenger van 3 12 30 Compact Sedan 92 52 82 Compact SUV 7 0 24 Full Size Pickup 87 61 185 Large SUV 5 3 6 Mid Size Sedan 12 7 30 Portsmouth 12 passenger van 3 1 0 15 passenger van 154 35 133 7 passenger van 122 39 93 Compact Sedan 146 37 96 Full Size Pickup 266 85 265 Large SUV 2 0 1 Mid Size Sedan 4 5 6 Truck (Norfolk, Oceana, or Little Creek) Box Trucks (14-16 ft) 72 6 36 Box Trucks (24-26 ft) 29 6 22 Cargo Van 21 10 58 Crew Cab Pickup 72 33 88 Full Size Pickup 0 0 2 Stake Trucks (14-16 ft) 0 0 4 Stake Trucks (24-26 ft) 26 13 52 Yorktown 15 passenger van 17 10 54 7 passenger van 9 4 14 Compact Sedan 3 1 8 Full Size Pickup 0 2 8 Mid Size Sedan 5 0 4 Oceana 12 passenger van 8 0 0 15 passenger van 72 40 6 7 passenger van 50 31 8 Compact Sedan 158 88 0 Compact SUV 1 4 1 Full Size Pickup 26 25 0 Large SUV 0 3 0 Little Creek 15 passenger van 64 13 27 Compact Sedan 0 0 5 Large SUV 2 0 0 Truck - Yorktown Box Trucks (14-16 ft) 0 0 1 Cargo Van 12 3 10 Stake Trucks (24-26 ft) 12 8 13 Camp Lejeune Full Size Pickup 8 0 23 Fleet Week 2019 (NY) 12 passenger van 8 8 0 7 passenger van 37 17 0 Box Trucks (14-16 ft) 7 2 0 Compact Sedan 38 10 0 Compact SUV 6 4 0 Large SUV 8 4 0 Mechanicsburg PA Box Trucks (24-26 ft) 0 0 1 Newport RI 15 passenger van 14 0 27 Large SUV 5 0 0 2. Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. 3. Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. 4. In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice can be mailed to the following address: NAVFAC Mid-Atlantic, Acquisition Attn: Susan Roberts 9324 Virginia Avenue Bldg. Z140, Room 216 Norfolk, VA 23511 Electronic submission will also be accepted, please email to: susan.roberts2@navy.mil. Responses must be received no later than 2:00 PM Eastern Standard Time on July 11, 2019. Questions regarding this sources sought notice may be sent via email to susan.roberts2@navy.mil, or via telephone at (757) 341-0091. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9158/listing.html)
 
Record
SN05360762-F 20190705/190703230057 (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.