|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465Department of the Treasury, United States Secret Service (USSS),
Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC,
20001-4518 V -- LEASE OF SEDANS SOL USSS000003 DUE 110599 POC Renea Morton,
Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801, Email
None WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=USSS000003&Lo
cID=38. E-MAIL: Renea Morton, None. NOTE: This synopsis has been
modified to add rear side air bags. Also, this synopsis has been
modified to state that the Government may exercise the option for
additional quantities by written notice to the Contractor prior to
August 15, 2000. 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: PROPOSALS
ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation No. USSS000003 is issued as a Request for Proposals (RFP).
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular No. 97-13. This
action is a 100% small business set-aside. The associated SIC Code is
7515; and the small business standard is $18.5 million over the last
three (3) years. The U. S. Secret Service (USSS) has a requirement for
a three-year lease of Qty 8, Each, Cadillac Deville, four-door sedans,
plus an option for an additional Qty 6, Each, Cadillac Deville sedans
with the same specifications. Successful offeror shall provide Model
Year 2000 vehicles for the base 12-month period, and current model year
for optional quantity(s) in accordance with specifications outline
herein. It is estimated that each vehicle shall be driven approximately
20,000 miles per 12-month period. The following specifications apply:
Interior Dimensions: Seating Capacity: 6 Minimum; Head Room: Rear 38.4"
Minimum; Leg Room: Rear 43.2" Minimum; Hip Room: Rear 56.7" Minimum;
Cargo Volume: 19 Cubic Feet Minimum; Rear Passenger Door Entrance: 36"
wide by 37" minimum. Exterior Dimensions: Wheelbase: 116 Maximum;
Height: 57" Maximum. Mechanical Features: Size Engine: 4.6 Liters or
more; Transmissions: 4-speed automatic w/overdrive; Steering: Power;
Brakes: 4-Wheel Anti-lock braking system; Turning Circle: 41' or less;
Suspension: Four wheel independent w/rear leveling. Features: Air
Bag-Driver, Front Passenger and side impact; AM/FM stereo radio with
digital clock; Anti-Lockout; Cruise Control; Dual-Zone Climate Control;
Power Door Locks; Power Front-Seat Adjusters; Power Windows; Reading
Lamps, Front and Rear; Rear Window Defogger; Remote Truck release;
Tilt-Adjusting Wheel; Traction Control with on/off switch; full size
spare tire; tinted glass; rear side air bags. Colors: To be determined
at time of award. Documentation: Contractor to provide positive
documented confirmation of production and anticipated delivery date
Registration: The Contractor shall be responsible for all fees
associated with State tags, title, and registration. This includes all
relicensing fees. The registration document shall not identify the U.
S. Secret Service as the user of any vehicles. The Contractor is
required to provide new tags for each leased vehicle. Installation of
Law Enforcement Equipment: USSS will install law enforcement lights and
communication equipment, and will remove same at end of contract
period. Insurance: See FAR Clause 52.228-8. Replacement of Vehicles: In
the event a vehicle becomes unserviceable before normal replacement due
date as a result of theft, wreckage, or repairs not completed in a
timely fashion etc., the Contractor shall provide the Government with
a replacement vehicle on a one-for-one basis. Maintenance:
Manufacturer's Maintenance: All manufacturer's maintenance, including
routine tune-ups, gasoline, and oil maintenance shall be the
responsibility of the Government. Warranty: Warranty work required by
the manufacturer shall be the Contractor's responsibility and shall be
provided at no additional cost to the Government. A copy of the
warranty shall be delivered to the USSS within 15 days after delivery
of required vehicles. Accordingly, the Contractor shall, at time of
delivery, provide a list containing the names, locations, and telephone
numbers of point of contacts (POC) to contact for scheduling the
required warranty work. Service and Parts: The Contractor shall have
service facilitiesat or near delivery points or otherwise be able to
provide immediate service and replacement parts to effect continuing
operation of the vehicle(s). Return of Vehicles: Thirty (30) days prior
to the end of the lease period, the COTR and Contractor shall
coordinate return of the vehicles. The Government is responsible for
the return of vehicles in good condition. Excessive Mileage: An
allowance will be made for mileage of vehicles that exceed 20,000 miles
annually. Upon termination of the lease, the number of years (or
proportion thereof) the vehicle was leased will be multiplied times
20,000 to calculate the miles allowed on the vehicle during the lease.
Next, the total miles on the vehicle odometer will be compared with
the allowed mileage for that vehicle. Any mileage that exceeds the
miles allowed will be paid at the proposed rate for that associated
vehicle. Excess mileage will only be determined at the end of the
lease, to include optional period(s), if applicable. EVALUATION
PROCEDURES-In accordance with FAR Clause 52.212-2, the following
factors are added to paragraph (a): Price and Past Performance. Past
Performance, offeror shall submit specific references (including
contract number and project description, period of performance, dollar
amount, client identification with point of contact and telephone
number) for previous work of this or similar nature that your
organization have performed within the last two years. CLIN 0001,
Cadillac Deville, Model Year 2000, Base 12-month period, Qty. 8, Each.
CLIN 0002, Cadillac Deville, Model Year 2000, First Option Period,
Qty. 8, Each, CLIN 0003, Cadillac Deville, Model Year 2000, Second
Option Period, Qty. 8, Each, CLIN 0004, Excess Mileage for Sedans (cost
per mile over 20,000 miles) OPTIONAL QUANTITIES: CLIN 1001 Cadillac
Deville, Model Year available at the time the option is exercised, Base
12-month period, Qty. 6, Each. CLIN 0002, Cadillac Deville, Model Year
available at the time the option is exercised, First Option Period,
Qty. 6, Each. CLIN 0003, Cadillac Deville, Model Year available at the
time the option is exercised, Second Option Period, Qty. 6, Each. CLIN
0004, Excess Mileage for Sedans (cost per mile over 20,000 miles).
Delivery: FOB Destination; 90 days after contract award. All delivery
locations shall be coordinated between the Contractor and the COTR.
Projected locations: Plains, GA, Qty. 1 each; New York City, NY, Qty.
3 each; Rancho Mirage, CA, Qty. 2; West Lake Village, CA, Qty. 2 each.
Vehicles may be "TURNED IN" at various locations throughout the USA.
Payments. The Government will make any and all payments via electronic
funds transfer through the Automated Clearing House (ACH) Payment
System. Award is anticipated within 15 days after receipt of proposals.
Firm-fixed price contract is anticipated as a result of this RFP. All
responsible, small business, sources may submit a proposal that shall
be considered by the USSS. The following Federal Acquisition
Regulations (FAR) Clauses are applicable: FAR Part 52.208-4, Vehicle
Lease Payments. 52.208-5, Condition of Leased Vehicles. 52.208-6,
Marking of Leased Vehicles. 52.212-1, Instructions to
Offerors-Commercial Items (June 1999). 52.212-2, Evaluation-Commercial
Items (Jan 1999). 52.212-3, Offeror Representations and
Certifications-Commercial Items (Oct 1999). 52.212-4, Contract Terms
and Conditions-Commercial Items (May 1999). . 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (May 1999) ((additional clauses cited in
52.212-5 that apply to this acquisition are: 1, 8, 9, 11, 12, 13, 14,
15, 22)). 52.217-7, Option for Increased Quantity-Separately Priced
Line Item (Mar 1989). The government may exercise the option, for
additional quantities, by written notice to the Contractor prior to
August 15, 2000. 52.217-9, Option to Extend the Term of the Contract
(Mar 1989). The Government may extend the term of this contract by
written notice to the Contractor within ONE (1) day prior to expiration
period. The total duration of this contract, including the exercise of
any options under this clause, shall not exceed 36 months. Offerors
must include a signed copy of the Representations and Certifications
(FAR 52.212-3) with their offers. Copies of the Representations and
Certifications are available on-line. Offerors may view FAR provisions
and clauses by visiting www.arnet.gov/far. Offers are due by November
5, 1999, 3:00 P.M., local time. Offers shall be mailed to the
following address: U. S. Secret Service, 950 H Street, NW, Suite 6700,
Washington, DC 20001, ATTN: Renea Morton. Faxed proposals may be
forwarded to 202/406-6801; then original proposal must be forwarded via
U. S. Mail. See Note No. 1. Posted 10/27/99 (D-SN395828). (0300) Loren Data Corp. http://www.ld.com (SYN# 0090 19991029\V-0004.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|