SOLICITATION NOTICE
W -- N4019225R9003 Vehicle Lease for NAVFAC Marianas Transportation for Naval Base Guam, Andersen Air Force Base and the Marine Corps Base Camp Blaz for various Department of Defense (DOD) activities, Guam
- Notice Date
- 2/24/2025 6:47:02 PM
- Notice Type
- Presolicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- NAVFACSYSCOM MARIANAS FPO AP 96540-2937 USA
- ZIP Code
- 96540-2937
- Solicitation Number
- N4019225R9003
- Response Due
- 3/11/2025 8:00:00 PM
- Archive Date
- 02/25/2026
- Point of Contact
- ALICE OFECIAR, Phone: 6713392955, Daniel Calvo, Phone: 6713558345
- E-Mail Address
-
alice.g.ofeciar.civ@us.navy.mil, daniel.calvo.civ@us.navy.mil
(alice.g.ofeciar.civ@us.navy.mil, daniel.calvo.civ@us.navy.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Awardee
- null
- Description
- 1. IMPORTANT NOTICE: Offerors are required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. Reference is made to DFARS Clause 252.204-7004, Alternate A, System for Award Management. Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an Offeror ineligible for award of DOD contracts. The proposed requirement is limited to Offerors eligible for a set-aside under the Woman-Owned Small Business (WOSB) program when designated as a certified concern in SAM or has a pending application for certification in Dynamic Small Business Search (DSBS). DSBS is available at https://web.sba.gov/pro-net/search/dsp_dsbs.cfm. Reference is made to FAR 19.1505 Set-Aside Procedures, paragraphs (e) and (f). Offerors designated as certified in SAM or have a pending application for certification in DSBS will be considered. THE GOVERNMENT WILL ONLY ACCEPT OFFERS FROM SBA CERTIFIED WOMAN-OWNED SMALL BUSINESS CONCERNS OR FROM OFFERORS WITH AN ACCEPTED, IN-PROCESS APPLICATION WITH SBA FOR CERTIFICATION AS WOSB. Potential offerors should check System for Award Management (SAM) to verify certification as an SBA Certified Woman-Owned Small Business concern. To secure SBA certification, potential offerors shall submit their application for certification for WOSB to SBA. For more information visit, https://wosb.certify.sba.gov/getstarted/. 2. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice serves as a PRE-SOLICITATION SYNOPSIS ONLY. The solicitation will be available on or around March 2025.Place of contract Performance: Various DOD activities in Guam. A sources sought notice N4019225R9003 Vehicle Lease for this procurement was posted on 23 December 2024 through 16 January 2025 on SAM followed by a market research to determine capability of small businesses to perform the requirements of providing lease vehicles as posted in the sources sought. As a result of the market research analysis, a determination was made to set aside this procurement under the SBA Women-Owned Business (WOSB) program. The NAVFAC Marianas small business office concurs with this decision. This requirement is to support clients that have been authorized and approved for commercial vehicle lease by the NAVFAC Marianas Transportation - Base Support Vehicle and Equipment Department at Naval Base Guam, Andersen Air Force Base, and the Marine Corps Base Camp Blaz Transportation Office for various Department of Defense (DOD) activities in Guam. The outcomes to be achieved are the provision to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary for the delivery of the leased vehicles, with unlimited mileage, for various Department of Defense (DOD) activities in Guam. The outcomes for this acquisition are consistent with FAR 37.101 definition of service contracts. This is a performance-based acquisition. The metrics to be used to measure the outcomes will be pre-defined performance standards. These performance standards ensure the contractor has the workforce (staffing and skills) required to adequately support the mission on Guam. These standards are used to describe the Government?s expectations of the contractor in performance of the contract. Some examples of performance standards include: (1) Vehicle general maintenance shall be performed by the Contractor in accordance with manufacturer specs; (2) Vehicles provided shall be free of defects that may impair serviceability or detract from appearance; (3) Tires furnished shall be the same size, type, and ply rating for all wheels including the spare; and (4) Vehicles shall meet the current Environmental Protection Agency Corporate Average Fuel Economy (EPA CAF?) ratings. The North American Industry Classification System (NAICS) code for this procurement is 532112 Passenger Car Leasing, with a small business size standard of $47 million as of SBA?s table of small size standards. This service is in alignment with the Department of Defense (DoD) taxonomy associated with the acquisition of services, supplies and equipment, specifically the Transportation Services portfolio group. 3. This contract will replace a contract for similar services solicited as Woman-Owned Small Business and awarded to White Eagle Global Solutions, Inc. (WEGS), which will expire on 30 September 2025. Award was made on 14 September 2020 as a Requirements Indefinite Delivery Indefinite Quantity (IDIQ) contract. The existing contract consists of a 12-month base period and four (4) 12-month option periods, covering the period of 01 October 2020 through 30 September 2025. The total contract value at the time of award was $4,896,900.00. All four (4) options have been exercised with an estimated contract price of $4,932,120.00 with various task orders issued against the contract. 4. The proposed Requirements IDIQ Fully Non-Recurring Work contract includes a Base Period of six (6) month plus five (5) Option Periods, and one (1) 6-month Option to Extend Services for a total contract performance period of seventy-two (72) months. The proposed contract will include FAR clause 52.217-8 Option to Extend Services that if the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. The Government will not issue a synopsis when exercising the option(s). Ordering period to follow each performance period with delivery requirements having firm fixed-price line items. 5. Source selection will consist of evaluation and selection of the best value offer using Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. Evaluation of offers will be based on two factors, (1) Price and (2) Past Performance. Past Performance rating will be based on recent (1-5 years) and relevant projects in terms of size, scope, and magnitude, and will be assigned an adjectival rating of Acceptable, Unacceptable, or Unknown. The objective of this source selection is to select the offeror that provides the best value to the Government. Best value determination will be accomplished by comparing the differences in offerors Past Performance factor (Acceptable/Unacceptable) with differences in their price to other offerors and Government Estimate. The Government intends to award a contract without conducting discussions. If discussions are needed, the Government reserves the right to hold discussions with all offerors during the pre-award process to obtain best value for the Government. Basis of Award: The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government considering Price and Past Performance evaluation factors. Price is the overriding consideration followed by past performance. The Government shall choose the lowest priced offer with an acceptable past performance rating for award. 6. The issuance date for the Request for Proposal (RFP) is 15 days or more from the date of this Pre-Solicitation Notice. In accordance with FAR 19.505(e) and (f), proposals received from all responsible SBA Certified Women-Owned Small Business concerns or from offerors with an accepted, in-process application with SBA for certification as WOSB. The RFP and any Amendments will be posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Contractors must register at the PIEE website to obtain access to the RFP documents. PIEE can be accessed via https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and can be downloaded free of charge. Instructions for registering can be found at https://dodprocurementtoolbox.com/site-pages/solicitation-module under ?Vendor Access Instructions.? All prospective Offerors are encouraged to register for the solicitation when downloading from PIEE. Once registered in PIEE Solicitation Module, the contractor will be able to access authorized RFP documents. Amendments and Notices to the RFP will be posted on PIEE for downloading. This will be the primary method of distributing amendments. THEREFORE, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. PAPER COPIES OF THE RFP, SOLICITATION, AMENDMENTS, EXHIBITS, AND/OR ATTACHMENTS WILL NOT BE PROVIDED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67ecdec9384743e9a2741288bb13f6ed/view)
- Record
- SN07351226-F 20250226/250224230031 (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 |