SOURCES SOUGHT
99 -- Vehicle Lease
- Notice Date
- 12/21/2023 11:19:34 AM
- Notice Type
- Sources Sought
- Contracting Office
- PSC FINANCIAL MANAGEMENT AND PROCUREMENT PORTFOLIO Bethesda MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- OS322907
- Response Due
- 1/31/2024 11:00:00 AM
- Archive Date
- 02/15/2024
- Point of Contact
- Patrick Hacker
- E-Mail Address
-
Patrick.Hacker@psc.hhs.gov
(Patrick.Hacker@psc.hhs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Sources Sought Notice Title:� Vehicle Lease INTRODUCTION The US Department of Health and Human Services (HHS), Office of Acquisitions Management Services (OAMS), Immediate Office of the Secretary (IOS) wants to identify businesses that are capable of fulfilling the objectives of this requirement. This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified business sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PURPOSE To provide vehicles that will be regularly used in the Washington, DC, Maryland, and Virginia areas. The vehicles will be used for overnight travel on an infrequent basis. SCOPE The contractor shall provide the Government with Three (3) leased vehicles that meet the following criteria:� All (3) vehicles must be black. The contractor shall provide the Government with a leased of one (1) 4X4 SUV, full size, 4 doors, 8 passenger vehicles, (Chevy Suburban) with side steps.� The second-row seats must be Captain Seats. The contractor shall provide the Government with a lease of two (2) 4X4 SUV, intermediate size, 4 doors, 7 passenger vehicles, (Chevy Tahoe) with side steps. The second-row seats must be Captain Seats. Add-on Vehicle Equipment:� After the vehicles are received by HHS, the government may outfit two (2) of the vehicles with special equipment.� This equipment will be removed by the government at the completion of the lease agreement.� The contractor will help support the installation to the extent necessary (e.g., getting the vehicle to and from the installer), but the government will pay for the equipment and installation. RESPONSE INFORMATION THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM�S CAPABILITY AND EXPERIENCE IN PROVIDING THE SERVICES DESCRIBED ABOVE. ��� Anticipated Period of Performance The anticipated period of performance for the entire contract is a 12-month Base Year with two (2) 12-month Option Years. INSTRUCTIONS TO INDUSTRY INTERESTED SOURCES POSSESSING THE CAPABILITIES TO MEET THE ABOVE REQUIREMENTS SHOULD SUBMIT A COVER LETTER ALONG WITH A CAPABILITY STATEMENT NOT TO EXCEED 4 PAGES (FONT SIZE IS TIMES NEW ROMAN 11 OR LARGER) DEMONSTRATING ABILITY TO PERFORM AND SHOULD INCLUDE AN OUTLINE OF PREVIOUS OR SIMILAR PROJECTS SO THAT THE GOVERNMENT CAN PERFORM A PROPER EVALUATION OF THE COMPANY�S CAPABILITY. THE STATEMENT SHOULD ALSO INCLUDE AN INDICATION OF CERTIFIED SMALL BUSINESS STATUS; THIS INDICATION SHOULD BE CLEARLY MARKED ON THE FIRST PAGE OF THE CAPABILITY STATEMENT. Respondents shall include the names, titles, addresses, telephone numbers, and e-mail addresses of the respondents� technical and administrative points of contact. Disclaimer and Important Notes. This notice is for planning only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. Also, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company�s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Capability Statement Requirements Please provide, as a part of your response, a capability statement that includes the following: Your organization�s UEI number, name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code. Information regarding: � � � � � � � Specifications mentioned previously in the Capabilities section. All inquiries to this Notice must be submitted in writing to Patrick.Hacker@psc.hhs.gov. One copy of the response must be submitted no later than January 31, 2024, at 2:00 PM EST, electronically in Adobe PDF. Capability statements will not be returned and will not be accepted after the due date. Capability statements may be no longer than four (4) in length, single-spaced. The Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the following: Contract Specialist:� Patrick Hacker Email Address:��������� Patrick.Hacker@psc.hhs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8077f00679ef41cea19db9736c0a2968/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06920467-F 20231223/231221230052 (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 |