Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2020 SAM #6726
SOLICITATION NOTICE

W -- Master BPA - Rental of 15-Passenger Bus

Notice Date
4/27/2020 10:34:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR420Q00000018
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
11/04/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR420Q00000018 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 532120 with a small business size standard of $38.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-05-08 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Atlanta, GA 30341 The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 06/01/2020 - 05/31/2021 LI 001: Base Year - Rental of 15-Passenger Bus, 12, MO; Option 1 Period of Performance: 06/01/2021 - 05/31/2022 LI 001: Option Year 1 - Rental of 15-Passenger Bus, 12, MO; Option 2 Period of Performance: 06/01/2022 - 05/31/2023 LI 001: Option Year 2 - Rental of 15-Passenger Bus, 12, MO; Option 3 Period of Performance: 06/01/2023 - 05/31/2024 LI 001: Option Year 3 - Rental of 15-Passenger Bus, 12, MO; Option 4 Period of Performance: 06/01/2024 - 05/31/2025 LI 001: Option Year 4 - Rental of 15-Passenger Bus, 12, MO; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (1) Description of agreement. The vendor shall furnish a 15-Passenger Bus when requested by the contracting officer (or the authorized representative of the contracting officer) during the base year and four(4) option years; and within the price set by the vendor in response to the solicitation. (2) Extent of obligation. The Government is obligated only to the extent of authorized purchases actually made under the BPA. (3) Purchase limitation. The dollar limitation for each individual purchase under the BPA shall not exceed the Simplified Acquisition Threshold(see 13.303-5(b)). (4) Individuals authorized to purchase under the BPA. Individuals authorized to purchase under the BPA will be a contracting officer or contract specialist within the FEMA Mission Support Division (MSD) contracting office located at 3005 Chamblee Tucker Rd., Atlanta, GA. The dollar limitation per purchase for each position title or individual shall be furnished to the vendor by the contracting officer. (5) Delivery tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Name of vendor. (ii) BPA number. (iii) Date of purchase. (iv) Purchase number . (v) Itemized list of supplies or services furnished. (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii) Date of delivery or shipment. (6) Invoices. An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. Proof of Insurance and Liability of the Government The United States Government does not maintain any private insurance, but rather is completely self-insured with any claims against the United States Government backed by the full faith and credit of the United States, with claims payable under the Federal Tort Claims Act, 28 USC � 2671 et seq. The Federal Tort Claims Act, 28 USC � 2671 et seq., provides for the exclusive remedy for any party who may be injured as the result of an action of a Federal Employee and any claim for damages arising from the acts of a Federal Employee must be processed according to the provisions of the Federal Tort Claims Act. Further, FEMA�s Office of Chief Counsel (""OCC"") is designated at 44 C.F.R. � 11.11 (b) as the addressee of all administrative tort claims against the Agency. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days. (End of clause) (a) The Government may extend the term of this contract by written notice to the Contractor within [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) By reference. By submitting this offer, the offeror certifies that, at the time of submission, they have adequate financial resources to perform the contract; they have the capability to comply with the required or proposed delivery or performance schedule; and otherwise meet or exceed the general standards required by FAR 9.104-1. The offeror shall disclose any filings for bankruptcy, fines levied by governmental agencies, or legal proceeding against any participating organization, employees, corporate officer, or entity that might have a material effect on the proposer�s ability to implement the proposed project, as required by FAR [52.209-5 or 52.212-3(h)*], Certification Regarding Responsibility Matters. This Statement of Work (hereinafter �SOW�) is made and entered by and between the Federal Emergency Management Agency (hereinafter �Purchaser�), and VENDOR NAME (hereinafter �Vendor�), for Passenger Bus rental. This SOW incorporates by reference the terms and conditions of requisition number in effect between the Purchaser and Vendor. The terms and conditions of this SOW cannot conflict with the terms and conditions of the Contract. In case of any conflict, the Master Contract shall prevail. The purpose of this SOW is to set forth the requirements for the rental of 15 passenger bus/buses to transport employees to remote parking facilities. The Vendor shall provide the rental service as described herein: 1. Project Objectives: Obtain the use of passenger buses for the use of FEMA staff to transport employees to remote parking facilities during events where Region IV does not have ample parking. 2. Scope of Work: Vendor will provide rental vehicles as follows: Passenger buses for up to 15 passengers not requiring a CDL operator. Delivery and pickup of bus/buses as requested. Response time to deliver bus/buses no less than 24 hours from notification from FEMA designated representative. 3. Deliverables: Vendor shall provide vehicle as specified above to Region IV. 4. Vendor Responsibilities: Vehicle will be regularly maintained by vendor and kept in good working order; non-routine maintenance requests (damage repairs, windshield repairs, etc.) will be performed in a timely manner; vehicle registrations and inspections will be kept current. Vehicle may be driven by any FEMA employee; vehicle will not be leased to an individual, but to FEMA as an agency. 5. Purchaser Responsibilities: FEMA will report to vendor any necessary repairs in a timely manner; report mileage as requested; return vehicle to vendor for routine maintenance as required; re-sign lease periodically as necessary. 6. Contact Information: Name: Christopher Temple Phone: (770) 220-5652 Email: christopher.temple@fema.dhs.gov Interested vendors shall fill out the attached pricing sheet and submit with BPA offer. This pricing sheet shall be used by FEMA to determine established pricing and subsequently place individual Call Orders when the need for 15-Passenger bus(es) arise.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/958369e2a28045728761048b493b77aa/view)
 
Place of Performance
Address: Atlanta, GA 30341, USA
Zip Code: 30341
Country: USA
 
Record
SN05636806-F 20200429/200427230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.