Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2007 FBO #2083
SOLICITATION NOTICE

W -- Vehicle Rental

Notice Date
8/8/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92239-07-T-0050
 
Response Due
8/15/2007
 
Archive Date
8/29/2007
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6 and FAR 13 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. The solicitation number H92239-07-T-0050 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2005-18. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. Federal Acquisition Regulations and Defense Federal Acquisition Regulations Supplements (DFARS) provisions and clauses may be downloaded at http://farsite.hill.af.mil. This procurement is unrestricted, full and open competition. All responses from responsible business sources will be fully considered. The North American Industry Classification System Code (NAICS) is 532111 and the size standard is $23.5 million. This acquisition is to be a firm fixed price (FFP) type contract. The right to make no award is reserved in the event it is advantageous to the Government. This action is to provide the service for the US Army Special Operations Command at Fort Bragg, North Carolina. REQUIREMENT: CLIN 0001 Rental of one (1) 15-passenger van for a 12-month period, 1 September 2007 through 31 August 2008, in accordance with the Performance Work Statement. CLIN 0002 Rental of one (1) 4-door 4X4 Pick-Up with a hitch, for a 12-month period, 1 September 2007 through 31 August 2008, in accordance with the Performance Work Statement. CLIN 0003 Rental of fifteen (15) 15-passenger vans for the period of 1 September 2007 through 15 October 2007 in accordance with the Performance Work Statement. Include daily, weekly, and monthly rates for CLINs 0001-0003. PERFORMANCE Work Statement (PWS): 1. SCOPE. 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 Numbers (CLIN). Additional specifications for each vehicle rental type are addressed in the subparagraphs below. The duration of the rental period, or usage, is identified in each CLIN. 2. DELIVERY. Vehicle(s) shall be delivered by the Contractor to Fort Bragg, North Carolina. The exact location and the time for delivery will be conveyed with each rental but no delivery will be later than 8:00 AM (EST) on the rental period start date specified by the individual establishing the rental. Vehicle(s) will be picked up from the same site no later than 4:00 PM (EST) within two (2) working days of notification by the Contracting Officer's Technical Representative (COTR), Contracting Officer (KO), or Contract Administrator, that a vehicle rental is no longer required or in the event of expiration or termination of this Purchase Order. 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 as required. The Government reserves the right to change the pick-up and/or drop-off site on or around Fort Bragg, North Carolina. All vehicle rentals shall include unlimited mileage and will not include a driver. 3. VEHICLE CONDITIONS. The exterior and interior of the vehicle(s) provided must be free of excessive soil, rust, and damage. All vehicle(s) provided hereunder shall be 2006 or newer modeled 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. VEHICLES. Vehicle rental types and specifications follow: a. 15-PASSENGER VAN, shall be automatic transmission with electronic overdrive (if equipped), standard Factory Fleet Warranty (if applicable), V-8 or V-6 gasoline powered engine, Air Conditioner (OEM), AM/FM radio, power adaptor or functional cigarette lighter, 4 Wheel Disc with ABS braking package (or equivalent), spare tire/jack and a complete set of operator manuals. The vehicle(s) fuel economy standards shall be rated in the top tier for the class, size and weight of the vehicle(s) compared to similar makes and models generally available in the commercial marketplace. b. FULL-SIZE QUAD CAB PICKUP TRUCK, shall be four-door (quad cab) pick up truck, four wheel drive 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, a hitch, 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 conditions and inspection procedures listed below apply to each delivery or pick-up of the vehicle rentals. 5. MAKES AND MODELS. There is no color preference requirement for the vehicle rentals. However, each vehicle will be a 2006 or newer model in good repair. 6. FEDERAL MOTOR VEHICLE SAFETY STANDARDS. All vehicle(s) provided shall comply with Federal Motor Vehicle Safety Standards (49 CFR 571), State and local safety and environmental standards, NC DMV registrations (or home-state of official vehicle registration), fees/licenses, inspections and any other necessary certifications for lawful use on public thoroughfares. All vehicle(s) will have the correct certifications for the state of issue. These certifications and inspections must remain current during the rental period specified. 7. KEYS. Each vehicle shall be supplied with two identical sets of keys with a tag identifying the make, model and tag number of the .vehicle. The Government will be responsible for replacing lost keys. 8. FUEL. The Contractor shall be responsible for furnishing each rented vehicle with a full tank of fuel. The Government will return each vehicle with an equal amount of fuel as was recorded to be present at the time of delivery or pick-up. 9. SERVICEABILITY. Vehicle(s) shall be fully serviceable IAW manufacture's recommended maintenance schedules for the duration of the rental period. 10. VEHICLE INSPECTIONS. Two (2) technical inspections will be made of each vehicle ordered hereunder. The inspections shall be made jointly by the Contractor and the COTR or other authorized Government representative at the time of delivery and at the time of pick-up. An inspection checklist will 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(s) . The amount of fuel present shall be noted. The mileage shown on the odometer shall be recorded for informational purposes only. This inspection checklist shall be signed by both inspecting parties and constitutes testament of the condition of the vehicle(s) at the time of delivery or pick-up by the Government and Contractor. After the initial inspection both parties will retain a copy of the signed inspection sheets. The contractor and government will maintain these copies and have them available for review at the time of pick-up. 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 purchase order, and is to be coordinated directly with the COTR, purchase card holder, or Contract Administrator to make arrangement for payment. . 11. INSURANCE. The Contractor will provide insurance in accordance with FAR 52.228-8, Liability and Insurance Leased Motor Vehicle, to cover the cost for replacement or repair of vehicle 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 covered hereunder, caused directly by, and documented to have been the willful negligence of, an authorized Government user. The Government will ensure all authorized users of the vehicle covered hereunder possess 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. 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 and soiled carpets. The Government considers any damages not visible in an 8.5x11 inch 3.3-mega pixel digital photo printed on white 20 lb printer paper to be fair wear and tear. All damages will be noted on the inspection checklist (see Para 10), initialed by both parties, and dated next to each item. Both parties will note all damages on the original inspection checklist. Prior to the damaged vehicle leaving the government's possession digital pictures from a 3.3 mega pixel camera of the damages will be obtained by both parties. Both parties will maintain a completed and signed checklist annotating damages. DISCLAIMER: If the contractor recovers a damaged vehicle and does not obtain signed copies of the completed checklist and pictures prior to leaving the pickup location, the contractor will assume all liability for damages and no future pursuit of claims for damages will be made. The contractor will provide two repair estimates with-in five business days from the time of pickup. Failure to do so could cause the contractor to assume all liability for damages and no future pursuit of claims for damages will be made. The contractor will be notified by the authorized government representative of damages to a rental vehicle(s) at the time of discovery. The damaged vehicle will not be removed from the pick-up location until all Government generated photos; inspections, statements and accident reports have been collected. The contractor will not assess or collect fees against the government for the day or days the vehicle are inoperative, awaiting completion of all documentation. 12. REPAIRS. a. MINOR REPAIRS: The Government defines minor damage as any event that can be repaired for less than $500.00 and the repairs can be completed within 24 hours of discovery. The Government will make said repairs to vehicle when the vehicle does not meet standards or it is determined to be a safety hazard. When a vehicle furnished for the Government, under this agreement, requires minor repairs while said vehicle is not located at the contractor's site, the authorized government representative will, as he deems necessary and appropriate, direct that such repairs be made. After repairs have been made, the cardholder will forward the contractor the invoices acknowledging that repairs were made and payment is due by the contractor. The contractor will not be paid rental fee for the day or days the vehicle are inoperative, awaiting or undergoing repairs, unless the contractor provides a like vehicle as a replacement. b. ALL OTHER REPAIRS. All vehicle(s) requiring major repairs, resulting from the acts or negligence of the contractor, his agents or servants; from fair wear and tear; or from the malfunction of vehicles or their components are the pecuniary responsibility of the contractor. The Government reserves the right to require the replacement of any vehicle(s) which are disabled due to fair wear and tear, or due to malfunction of the vehicle(s) or their components or by the acts or negligence of the contractor or his employees, servants, or agents, at no additional cost to the Government. 13. VEHICLE RECOVERY. Recovery of disabled vehicle(s) shall be the responsibility of the Contractor. The authorized government representative will notify the contractor within 24 hours that the vehicle(s) is disabled. Upon notification by the COTR, Contract Administrator, KO, or authorized Government user of a vehicle covered hereunder, the Contractor shall make all necessary arrangements and provisions to effect retrieval and/or recovery of disabled vehicle(s) and provide all necessary emergency repairs and services, for example, battery replacement, restoration of the vehicle to a good and safe operating condition, etc. The Contractor shall respond to these disabled vehicle calls within two (2) hours of the 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 also provide a pager number, cell phone number and/or an email address to facilitate communications with the Government, which 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 purchase order is enforceable. There is the potential for after-hours disabled vehicle call coverage with regard to this order. This requirement shall be provided in accordance with the terms herein and at no additional cost to the Government. A replacement vehicle will be provided at the time the vehicle is picked up by the Contractor from the government?s possession at no additional cost to the Government. Recoveries as a result of vehicle 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 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 contractor?s POC shall assess, record, initiate, and follow-up on disabled vehicle calls to ensure all the resolution efforts or actions are effective. 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. 14. ACCIDENTS/THEFTS. Same procedures apply as stated in Para 13-Vehicle Recovery. If an official law enforcement report finds the government at fault for an accident the contractor will be fully reimbursed for rental usage, towing fees, and cost damages in accordance with contracting regulations. The same procedures must be followed as stated in Para 11. Failure to do so indicates that the Contractor will assume liability of all damages. 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. Upon completion and submission to the Government of the Financial Liability Investigation of Property Loss (FLIPL) and two repair estimates, the Government will make payment to the contractor for said damages. 15. The government intends to rent the vehicle(s) under the most cost effective method. For example, if the Government requires the vehicle(s) for three weeks and the cost of renting the vehicle for one month is less than the weekly cost for the three week period, the Government may elect to pay the monthly charge for the three week rental period. 16. CONTRACTOR POINT OF CONTACT. In accordance with the sections of this statement of work that identify the need for the Government to contact the vendor for purposes of having a vehicle picked up due to non-operability, the contractor shall provide, at the time of award, a point of contact and phone number, pager number, e-mail address, etc. NAME OF POC:____ _______________________________________________ CONTACT NUMBER/ADDRESS:_______________________________ _____ 17. CANCELATION. The Government reserves the right to cancel a requirement for vehicle(s) up to 12 hours in advance of the anticipated usage date without penalty. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: It is the contractor's responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: Quotes shall be evaluated as to technical capability, price and past performance. Award shall be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government. The Government may issue multiple awards; 52.212-3 Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000 Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration; 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 - Marking of Leased Vehicles; 52.208-7 Tagging of Leased Vehicles; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.228-8 Liability and Insurance Leased Motor Vehicles; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration, 52.222-36 Affirmative Action For Workers with Disabilities, 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications. Additionally, 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 15 August 2007. E-mail submissions will be accepted at portere@soc.mil or fax at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, CLINS 0001through 0003, to include unit and total price, (2) completed Representations and Certifications, (3) acknowledgement of any amendments that may be issued, and (4) past performance information. Questions concerning this acquisition shall be submitted in writing and emailed to the contracting officer's address. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this combined synopsis/solicitation. The point of contact for this requirement is Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil.
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01366536-W 20070810/070808222617 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.