SOLICITATION NOTICE
W -- Vehicle Rentals:(7)minivans;(3)15 passenger vans;(7)sedans;(1)4x4 truck;(1)full size (crew cab)truck Total: 13 Vehicles
- Notice Date
- 12/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R06T0007
- Response Due
- 12/19/2005
- Archive Date
- 2/17/2006
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Solicitation Number: W9124R-06-T-0007 Response Date: December 19, 2005 3:00PM MST Technical Questions: December 14, 2005 12:00PM MST This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with ad ditional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. This announcement will be posted on our contracting website htt p://www.yuma.army.mil/contracting/rfq.html under W9124R-06-T-0007. This announcement incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-06 effective 31 October 2005 & Class Deviation 2005-o0001 and Defense Fede ral Acquisition Regulation Supplement (DFARS) current to DCN 20051114 edition. It is anticipated that payment will be made by Government Visa Credit Card. The North American Industry Classification Systems (NAICS) is 532111 with a size standard of $21,50 0,000.00. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The proposal shall provide prices for rental of the following two groups of vehicles: Group I - Four (4) each Mini vans, one (1) each 4X4 pickup and one (1) each sedan for the period of January 09, 2006 through March 13, 2006. Group II - Three (3) each Mini vans, three (3) each 15 passenger vans, six (6) each sedans an d one (1) full size (crew cab) truck for the period of January 14, 2006 through March 11, 2006. Group I will be delivered toYuma International Airport on January 9, 2005 for pickup and Group II will be delivered to US Army Yuma Proving Ground, building 10 04 on January 14, 2005. All proposals shall be clearly marked with the solicitation number W9124R-06-T-0007 and include all associated costs. The Federal Government pays 50% of Arizona State Transaction taxes in accordance with the Arizona Revised Statute s. Proposals shall be submitted by facsimile or email to Christina.Mokrane@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 3:00 PM mountain standard time on December 19, 2004. In addition, all technical questions concerning this requireme nt must be emailed to Christina.Mokrane@yuma.army.mil no later than the14th December, 2005 at 12:00pm noon Mountain Standard Time (MST). The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be th e most advantageous to the Government based on price, technical capability to meet the requirement, past performance and price. Offerors that fail to furnish the required representations or technical information as required by FAR 52.212.1cited below or r eject the terms and conditions of this solicitation, may be excluded from consideration. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition. The following FAR representations and certifications apply to t his acquisition and must be filled out in accordance with FAR provision 52. 212-1, Instruction to Offerors Commercial Items (Jan 2005), FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) and DFARS 252.212-7000 Offeror repre sentations and certifications-Commercial Items (Jun 2005). Offerors that fail to furnish required representations of information as required by FAR 52.212-1, 52.212-3, and DFARS 252.212-7000 cited above, or rejects the terms and conditions of this solicit ation may be excluded from consideration. In order to complete the Representation and Certifications and review the clauses in this solicitation you must go to the US Air Force web site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste to a Word document and complete. The representations and certifications are also located on our website http://www.yuma.army.mil/contracting/rfq.html. The following clauses and provisions are incorporated by referenc e and apply to this acquisition, FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003), specifically addendum 52.247-34, F.O.B. Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999) paragraph a of this provision is completed as follows: award will be made based on technical capability to meet the delivery requirement, past performance and price. Each offeror shall provide past performance information to include name, address and point of contact of similar rental se rvices that have been provided within the last two (2) years. This information is used to determine the risk associated with successful accomplishment of this requirement. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes o r Executive Order Commercial Items (Jul 2005) specifically clauses 5.222-3, Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (June 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Di sabled Veterans and Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001), 52.225-13, Restrictions on Certain Foreign Purchases (June 2003), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration(Oct 2003), 52.232-34 P ayment by Electronic Funds Transfer Other than Central Contractor Registration( May 1999), 52.232-36, Payment by Third Party(May 1999), DFARS clause 252.212-7001(Jun 2005), specifically DFARS 252-225-7001, Buy American Act and Balance of Payments Program ( Jun 2005). After reviewing the solicitation if you plan on participation in this acquisition you are required to provide your name, address, phone number, facsimile number and email address to the above email address for notification of any solicitation a mendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00947525-W 20051209/051207212309 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |