SOLICITATION NOTICE
W -- Vehicle Rental
- Notice Date
- 2/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-05-T-0016
- Response Due
- 2/14/2005
- Archive Date
- 3/1/2005
- Description
- The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for vehicle rental for Sedans, Cargo Vans, 15 PAX Vans for the period of 22 February 2005 thru 28 April 2005. Specific types and dates are stated below. This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.6 and 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. The solicitation number, H92239- 05-T-0016, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. Vehicle Rental: FULLSIZE Cargo Van Rental of 26 (EA) Fullsize Cargo Vans, IAW the PWS. Rental period of: 22 Feb 05 (or Contract Award Date, which ever occurs last) THROUGH 08 Mar 05, AT PER VEHICLE PER DAY (15 days) times 2 [QUANTITY], AND Rental period of: 28 Mar 05 (or Contract Award Date, which ever occurs last) THROUGH 12 Apr 05, AT PER VEHICLE PER DAY (16 days) times 12 [QUANTITY] AND Rental period of: 08 Apr 05 (or Contract Award Date, which ever occurs last) THROUGH 28 Apr 05, AT PER VEHICLE PER DAY (21 days) times 12 [QUANTITY]. NOTE: In the event a vehicle rental is a "early return", that is, the usage or rental period, for any reason, is other than an increment of 1 (ONE) DAY, billing for said rental costs shall be in accordance with FAR 52.208-4 "Vehicle Lease Payments?. Vehicle Rental: FULLSIZE 15 Pax Van Rental of 8 (EA) Fullsize 15 Pax Vans, IAW the PWS. Rental period of: 22 Feb 05 (or Contract Award Date, which ever occurs last) THROUGH 08 Mar 05, AT PER VEHICLE PER DAY (15 days) times 2 [QUANTITY] AND Rental period of: 28 Mar 05 (or Contract Award Date, which ever occurs last) THROUGH 12 Apr 05, AT PER VEHICLE PER DAY (16 days) times 3 [QUANTITY] AND Rental period of: 08 Apr 05 (or Contract Award Date, which ever occurs last) THROUGH 28 Apr 05, AT PER VEHICLE PER DAY (21 days) times 3 [QUANTITY] NOTE: In the event a vehicle rental is a "early return", that is, the usage or rental period, for any reason, is other than an increment of 1 (ONE) DAY, billing for said rental costs shall be in accordance with FAR 52.208-4 "Vehicle Lease Payments?. Vehicle Rental: FULLSIZE Cargo Van Rental of 02 (EA) Fullsize Cargo Vans, IAW the PWS. Rental period of: 06 Apr 05 (or Contract Award Date, which ever occurs last) THROUGH 13 Apr 05, AT PER VEHICLE PER DAY (08 days) times 2 [QUANTITY]. NOTE: In the event a vehicle rental is a "early return", that is, the usage or rental period, for any reason, is other than an increment of 1 (ONE) DAY, billing for said rental costs shall be in accordance with FAR 52.208-4 "Vehicle Lease Payments?. Vehicle Rental: FULLSIZE 15 Pax Van Rental of 4 (EA) Fullsize 15 Pax Vans, IAW the PWS. Rental period of: 07 Mar 05 (or Contract Award Date, which ever occurs last) THROUGH 21 Mar 05, AT PER VEHICLE PER DAY (15 days) times 4 [QUANTITY] . NOTE: In the event a vehicle rental is a "early return", that is, the usage or rental period, for any reason, is other than an increment of 1 (ONE) DAY, billing for said rental costs shall be in accordance with FAR 52.208-4 "Vehicle Lease Payments?. Vehicle Rental: FULLSIZE SEDAN Rental of 08 (EA) Fullsize Sedans, IAW the PWS. Rental period of: 07 Mar 05 (or Contract Award Date, which ever occurs last) THROUGH 21 Mar 05, AT PER VEHICLE [Ford Taurus or equivalent make) PER DAY (15 days) times 8 [QUANTITY]. NOTE: In the event a vehicle rental is a "early return", that is, the usage or rental period, for any reason, is other than an increment of 1 (ONE) DAY, billing for said rental costs shall be in accordance with FAR 52.208-4 "Vehicle Lease Payments?. Performance Work Statement (PWS): 1. The Contractor shall provide all material, equipment, maintenance, quality control and any other items necessary to provide vehicle rentals as described in the Contract Line Item Number (CLIN) of the Schedule for Supplies. Additional specifications for the vehicle rentals with regard to type (or make) is addressed in the subparagraphs throughout this PWS. Rentals shall be provided by the Contractor for different periods of time (see CLINS). The Contractor shall provide vehicle rentals with unlimited mileage. All vehicle rentals are without drivers. All vehicle rentals shall conform with the Buy American Act. 2. Vehicle rentals shall be delivered by the Contractor to Building D-2004, Marion Road, A Co. 2d BN, Fort Bragg, NC no later than 8:00 AM (EST) on the contract start date specified and picked-up from the same site no later than 4:00 PM (EST) within two (2) working days of the end of the rental period (usage) specified, or in the event of contract termination. The Government shall not be billed for the two-day period after the aforementioned notification is made, or for any other additional days in the event the Contractor fails to pick-up the effected vehicle rental as required. The Government reserves the right to pick-up and/or drop-off (return) vehicle rentals at the Contractor's place of business if deemed more convenient or advantageous to the Government. 3. The exterior and interior of the vehicle rentals provided must be free of excessive soil, rust, and damage. All vehicle rentals provided hereunder shall be 2003 or newer model years. Vehicle rentals not meeting all the requirements specified herein shall not be accepted for use by the Government, nor, shall any costs associated with attempts to provide unacceptable vehicle rentals, be paid. 4. Vehicle rental types, and specific requirements thereto, are as follows: (a) Fullsize Cargo Van, CLIN 0001, shall be multi-door cargo van with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack, functional door locks, functional auxiliary 12 volt power supply and outlet and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The Contractor shall provide specified number of Cargo Van vehicle rentals, as specified, with regard to type (make) below. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. (b) Fullsize 15 Passenger Van, CLIN 0002, shall be multi-door cargo van with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack, functional door locks, functional auxiliary 12 volt power supply and outlet and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The Contractor shall provide specified number of 15 Passenger Van vehicle rentals, as specified, with regard to type (make) below. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. (c) Fullsize Sedans, CLIN 0003, shall be four-door sedans with automatic transmission, electronic overdrive (if equipped), vinyl seats (or better), standard Factory Fleet Warranty (where applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack and a complete set of operator manuals. The vehicle fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle compared to similar makes and models generally available in the commercial marketplace. The Contractor shall provide Eight (8), fullsize Sedan vehicle rentals, as specified, with regard to type (make) below. The conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. 5. There is no color preference requirement for the vehicle rentals. However, the Government would prefer all vehicle rentals provided of similar type (make) to be of different colors. The exact combination of color of the specified vehicle rental types (makes) provided, to satisfy the requirements of this PWS shall be the responsibility of the Contractor, to the extent that, the vehicle rentals provided are consistent with the Contractor?s GSA Schedule and represents that which is the most advantageous and cost effective for the Government. 6. All vehicle rentals provided shall comply with Federal Motor Vehicle Safety Standards (49 CFR 571), State and local safety and environmental standards, NC DMV registrations, fees/licenses, inspections and any other necessary certifications for lawful use on public thoroughfares. 7. Each vehicle rental shall be supplied with two identical sets of keys with a tag identifying the make, model and tag number of the vehicle. The Government shall be responsible for replacing lost keys. 8. The Contractor shall be responsible for furnishing each vehicle rental delivered full of fuel, to that end, all vehicle rentals will be returned with an equal amount of fuel as was recorded to be present at the time of delivery or pick-up. 9. The Contractor shall record delivery or pick-up, recovery or drop-off, and all conditions thereto, for each vehicle rental provided hereunder. This documentation shall constitute the Government's concurrence with the state of, or conditions of, vehicle rentals at the time of delivery or pick-up and must have a valid signature of an authorized Government representative as designated by the KO or the COTR. This documentation shall also constitute the Government's inspection and acceptance at the time of recovery or drop-off of vehicle rentals and represents evidence and proof of supplies rendered for invoicing purposes. This documentation must have a valid signature of an authorized Government representative and clearly indicate the chargeable usage, or rental period, for the effected vehicle rental. These records shall be made using customary commercial documentation and methods. The Contractor shall provide copies of this documentation to the signatory and one copy for each of the vehicle rentals covered shall accompany the applicable invoice(s). Record of any other concern, dispute, or action(s) the Contractor may invoke pursuant to the terms and conditions of the contract shall be made separately or in addendum to the aforementioned documentation. 10. General and routine vehicle maintenance, as prescribe by the manufacture's recommend maintenance schedules, shall be the responsibility of the Contractor. This maintenance shall include, but is not necessarily limited to, oil changes, lubrications, wiper blade replacement, tire rotation and other functions necessary to maintain vehicles in good and safe operational condition. The Government shall be the sole arbitrator for determining a vehicle to be in good and safe operating condition. Vehicle rentals turned-in for general and routine maintenance shall not incur usage charges for the full days that they are out-of-service. 11. The Contractor will provide insurance in accordance with FAR 52.228-8 Liability and Insurance Leased Motor Vehicles to cover the cost for replacement or repair of vehicles lost, stolen, or damaged through criminal acts, natural acts (commonly called acts of God), or hostile acts. The Government is self-insured and as such shall bear responsibility for repair of damages, not to exceed the salvage value of any effected vehicle rental covered hereunder, which is caused directly by and documented to have been the willful negligence of an authorized Government user. The Government shall ensure all authorized users of the vehicle rentals covered hereunder posses at least a Class C privately owned vehicle (POV) operator's license from their state of origin and are qualified and licensed in accordance with U. S. Army regulations (where applicable). The Government shall not bear responsibility for repair of damages, or costs thereof, that are caused as a result of fair wear and tear, as would result from normal, reasoned and ordinary vehicle operations, for example, tire wear or punctures, paint discoloration from bird droppings, soiled carpets, etc? 12. Recovery of disabled vehicles shall be the responsibility of the Contractor. Upon notification by the COTR, Contract Administrator, KO or authorized Government user of a vehicle rental covered hereunder, the Contractor shall make all necessary arrangements and provisions to effect retrieval and/or recovery of disabled vehicle rentals and provide all necessary emergency repairs and services, for example, battery replacement, to restore the vehicle to a good and safe operating condition. The Contractor shall respond to these disabled vehicle calls within two (2) hours of the aforementioned notification. A message left on the Contractor's Point of Contact (POC) answering machine constitutes a bona fide attempt to initiate a disabled vehicle call and the Contractor?s response time begins at that point. The Contractor may provide a pager, cell phone number and/or an email address to facilitate communications with Government, this in no way relieves the Contractor of the stated requirement. Hours for disabled vehicle recovery call coverage are 24 hours per day, seven day a week, including Federal Holidays for the full term for which this Contract is enforceable. There is the potential for after-hours disabled vehicle call coverage with regard to this Contract. This requirement shall be provided in accordance with the terms herein and at no additional cost to the Government. If needed repairs to a vehicle rental for which a disabled vehicle call is made cannot be effected, that is, the vehicle returned to a good and safe operational condition, within six (6) hours of the initial notification, an equal type, or better, replacement vehicle rental shall be provided to the Government at no additional cost. Vehicle rental recoveries under repair services shall not incur usage charges for the full days that they are out-of-service, that is, unavailable for intended use. The Contractor shall afford to Government users and their authorized passengers utilizing vehicle rentals covered hereunder all due consideration and relief with respect to any retrieval and/or recovery action(s) of disabled vehicle rentals, to include, the disposition and accommodation of the user and any passengers should they be stranded due to a non-operational or unsafe vehicle as is customary of the commercial vehicle rental industry. The Contractor shall provide a POC to serve as the Contractor's principle liaison for the purpose of satisfying this requirement, at a minimum, the POC shall assess, record, initiate and follow-up on disabled vehicle calls to ensure all the resolution efforts or actions are conducted in an effective and professional manner. 13. The Contractor shall invoice no more often than monthly, with the exception of any prorated costs of vehicle rentals for periods of less than one month. These charges or costs, if any, shall be invoiced in strict accordance with FAR Clause 52.208-4. An original invoice shall be submitted to the Contracting Office as specified in the contract award document. Invoices shall be submitted with all appropriate supporting documentation stated herein. Invoices will be certified by the Government to be accurate and complete, as such, shall be forwarded, with a copy of the corresponding Receiving Report (to be generated by the Requiring Activity), to the appropriate DFAS for payment. Contractor's invoicing shall differentiate, that is, itemize the charges for each vehicle rental proved hereunder with regard to ACTUAL usage, (i.e., rental period). Use of a unique serial number for each vehicle rental provided shall be used to facilitate this process. 14. VEHICLE INSPECTIONS. Two (2) technical inspections will be made of each vehicle rental ordered hereunder. The initial inspection shall be made jointly by the Contractor and the COTR or other authorized Government representative at the time of delivery or pick-up for each vehicle rental. Written document shall be generated, in duplicate, that itemizes any and all visible dents, dings, scratches or other damage and/or defects, as well as, providing an overall assessment of the operational condition of the rental vehicle. This document or "inspection checklist" shall be signed by both inspecting parties and constitutes testament of the condition of vehicle rental at the time of delivery or pick-up by the Government. The documentation used for this purpose shall be provided by the Contractor and shall be standard commercial type forms or reports. The amount of fuel present shall be noted. The mileage shown on the odometer shall be recorded for informational purposes only. 15. A second technical inspection shall be conducted jointly by the Contractor and the COTR at the time vehicle rentals are picked-up, recovered or dropped-off. A written inventory or "inspection checklist" shall be generated for each vehicle rental to record and document the condition of the vehicle at the time it is returned to the Contractor. Procedure shall follow that of the delivery inspection. Copies of this documentation shall accompany invoices. This document or "inspection checklist" shall be signed by both inspecting parties as testament of the condition of the rental vehicle at the time of return. The document(s) used for this purpose may be the same document used for delivery, so long as, the functions of delivery or pick-up are distinct and easily discernable from that of return or drop-off of the effected vehicle rental. The Government shall ensure an equal amount of fuel is present at return as was recorded at acceptance. In the event the Government fails to do so, the Contractor agrees any charges to replace missing fuel shall be separate and apart from this contract, and is to be to coordinate directly with the COTR to make arrangement for payment of these charges by Government Credit Card. Mileage incurred on the vehicle rentals will be recorded for informational purposes only. 16. Refueling of vehicle rentals while in use under this contract shall be the responsibility of the Government (e.g., the Requiring Activity). FAR provisions and/or clauses incorporated by reference and full text are available at farsite.hill.af.mil. It is the contractor?s responsibility to be familiar with the provisions and clauses contained herein. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation ?Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are price, and past performance. Award will be made to the lowest responsive quaote from a responsible bidder submitting an offer found to be most advantageous to the government. Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Feb 2002) with their bid. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (Dec 2001) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ?Dev. (Apr 2001) is hereby incorporated by reference. Additionally, the following clauses are applicable to this solicitation, 252.212-7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of this requirement and offerors shall include a completed copy of the Representatations and Certifications with their bid, 52.204-7, Required Central Contractor Registration . The following FAR Clauses are applicable to this acquisition: 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 Marking of Leased Vehicles; 52.228-8 Liability and Insurance, Leased Motot Vehicles; 52.203-6 Alt 1, 52.222-26, 52.232-33, 52.222-36, 52.245-64 and 52.222-35; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. Additionally 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquistion to Commercial Items, with the Clause 252.225-7024 applicable. Questions pertaining to this solicitation must be submitted in writing and may be faxed to Rowena Godaire at (910) 432-9345 no later that 8 February 2005. These questions will be answered and posted as amendments and published in the FedBizOps in this same manner. Signed and dated quotes referencing the RFQ number H92239-05-T-0016 must be submitted, no later than 12:00 a.m. 14 February 2005, to Rowena Godaire at USASOC, ATTN: AOCO, Fort Bragg, NC 28310 or may be faxed to (910)432-9345. E-mail submission will be accepted at godairer@soc.mil. Quotes shall include (1) letter signed by individual authorized to bind the organization, (2) a schedule offered items to include unit price and total price (3) completed Representations and Certifications, (4) acknowledgement of receipt of any amendments that may be issued and (4) past performance information. Rowena Godaire, Contract Specialist (910)432-5262, godairer@soc.mil is the point of contact regarding this requirement.
- Place of Performance
- Address: Bldg D-2004 Marion St., Fort Bragg, NC
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN00746231-W 20050206/050204212422 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |