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.
STREAMLINED SOLICITATION:
i. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
ii. The solicitation number is W912QM-14-Q-0012 and is issued as a Request for Quote (RFQ).
iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72, effective date 01 January 2014.
iv. The associated North American Industrial Classification System (NAICS) code for this procurement is 532111, Passenger Car Rental with a small business size standard of $35.5 million dollars. This requirement is not being set aside for Small Businesses.
Item Description Unit Delivery Date U/P
$ T/P
$
CLIN 0001 1-each, Sport Utility Vehicle with Driver-7-pax (4x4), 5-door, diesel engine, Automatic or Standard Transmission. 120 (DAYS) 7 Mar 14 thru 5 Jul 14
CLIN 0002 2-each, Sport Utility Vehicle-7-pax (4x4), 5-door, diesel engine, Automatic or Standard Transmission. 105 (DAYS) 23 Mar 14 thru 5 Jul 14
CLIN 0003 1-each, Sport Utility Vehicle-7-pax (4x4), 5-door, diesel engine, Automatic or Standard Transmission. 147 (DAYS) 15 Feb 14 thru 11 Jul 14
CLIN 0004 1-each, Sport Utility Vehicle-7-pax (4x4), 5-door, diesel engine, Automatic or Standard Transmission. 105 (DAYS) 23 Mar 14 thru 5 Jul 14
CLIN 0005 1-each, Sport Utility Vehicle with Driver-7-pax (4x4), 5-door, diesel engine, Automatic or Standard Transmission. 120 (DAYS) 7 Mar 14 thru 5 Jul 14
CLIN 0006 1-each, Pick-Up Truck, 5-pax (4x4), 4-door, diesel engine, Automatic or Standard Transmission. 105 (DAYS) 23 Mar 14 thru 5 Jul 14
CLIN 0007 1-each, Pick-Up Truck with Driver, 5-pax (4x4), 4-door, diesel engine, Automatic or Standard Transmission. 113 (DAYS) 15 Mar 14 thru 5 Jul 14
CLIN 0008 1-each, Passenger Van-12-pax, Diesel engine, Automatic or Standard Transmission. 113 (DAYS) 15 Mar 14 thru 5 Jul 14
CLIN 0009 1-each, Passenger Van-12-pax, Diesel engine, Automatic or Standard Transmission. 105 (DAYS) 23 Mar 14 thru 5 Jul 14
CLIN 0010 1-each, Passenger Van with Driver-12-pax, Diesel engine, Automatic or Standard Transmission. 113 (DAYS) 15 Mar 14 thru 5 Jul 14
CLIN 0011 2-each, Pick-Up Truck, 5-pax (4x4), 4-door, diesel engine, Automatic or Standard Transmission. 21 (DAYS) 13 Apr 14 thru 3 May 14
CLIN 0012 2-each, Pick-Up Truck, 5-pax (4x4), 4-door, diesel engine, Automatic or Standard Transmission. 20 (DAYS) 13 May 14 thru 1 Jun 14
CLIN 0013 2-each, Pick-Up Truck, 5-pax (4x4), 4-door, diesel engine, Automatic or Standard Transmission. 22(DAYS) 25 May 14 thru 15 Jun 14
v. The 410th CSB, Regional Contracting Office, at Building D-10, Soto Cano Air Base, Palmerola, Comayagua, Honduras requires the following:
Lease of Non-Tactical Vehicles with and without drivers (Rental must be in accordance with attached PWS). The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to rent vehicles. All prices and costs contained in this agreement shall be stated in US. Dollars and all proposal submissions by vendors shall be provided in English. When applicable, all taxes, credit card fees and any other fees will be included on the final price.
vi. Place of Delivery:
Supplies will be inspected/accepted at:
GTM City - Location will be specified by KO in coordination with the COR.
Guatemala, Central America (see Technical Exhibit 2 for details).
2nd BDE Zacapa (FOS)
Guatemala, Central America (see Technical Exhibit 2 for details).
Period of Performance: 15 February 2014 thru 11 July 2014
vii. 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013)
Addenda - Delete paragraphs: (d) product samples, (e) multiple offers and (h) multiple awards.
viii. 52.212-2, Evaluation - Comercial Items (Jan 1999)
The quotes/offers will be evaluated on the following factor:
Technical Acceptability, Price (Completed Price List, Lowest Price Technically Acceptable)
ix. 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2013)
Completed Copy of Offeror Representations and Certifications.
x. 52.212-4, Contract Terms and Conditions-Commercial Items (Jul 2013) applies to this acquisition, no addenda has been done.
xi. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (Sep 2013) applies to this acquisition.
52.217-8, Option to Extend Services (Nov 1999)
Fill-in Text: 5 days
xii. 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil.
52.252-2 -- Clauses Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
AMC Level Protest --
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256)450-8840
Clauses Incorporated by reference:
52.202-1, Definitions (Jan 2012);
52.203-3, Gratuities (Apr 1984);
52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006);
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011);
52.204-7, System for Award Management (Jul 2013);
52.225-14, Inconsistency Between English Version and Translation of Contract (Feb 2000);
52.228-8 -- Liability and Insurance -- Leased Motor Vehicles
52.229-6, Taxes -- Foreign Fixed-Price Contracts (Feb 2013);
52.242-13, Bankruptcy (Jul 1995);
252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009);
252.203-7005, representation relating to compensation of former DOD officials (Nov 2011);
252.209-7001, Disclosure of Ownership or Control by the Government of A Terrorist Country (Jan 2009);
252.209-7004, Subcontracting With Firms That Are Owned or Controlled By the Government of A Terrorist Country (Dec 2006);
252.225-7041, Correspondence in English (Jun 1997);
252.229-7000, Invoices Exclusive Of Taxes or Duties (Jun 1997);
252.232-7008, Assignment of Claims (Overseas) (Jun 1997);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.233-7001, Choice of Law (Overseas) (Jun 1997).
252.247-7023, Transportation of Supplies by Sea (Jun 2013);
252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000).
xiv. The Defense Priorities and Allocation System (DPAS) is not applicable to this requirement.
xv. All quotes must include the following information:
Company Name, Address, Telephone Number, Email Address and Fax Number; RFQ/Solicitation Number, Unit Price, Extended Prices for each CLIN, Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, Signed acknowledgement of amendments (if applicable)
Submitted Quotes shall be valid for at least 30 days.
Prices shall be submitted in US Dollars, if local currency is quoted the offeror will not be considered for award.
Close Response Date/Time/Location: 10 February 2014 at 1:00 pm at the 410th CSB Regional Contracting Office, Soto Cano Air Base, Comayagua, Honduras or thru email at the below email address(es):
xvi. Point of Contact: Roberto Aviles, Contract Administrator, phone: (504) 2713-5123 Ext.
4572, e-mail:
[email protected] ; Jeremy P. Fraser, TSgt USAF, Contracting Officer, phone (504) 2713-5123 Ext 5066, email:
[email protected] Note: This requirement is subject to availability of funds, the Government does not guarantee that an award will result from this solicitation. If you are bidding on this RFQ it is assumed that you understand that the Government is not obligated to furnish a contract award as a result of any quotes received.
Bid Protests Not Available