SOLICITATION NOTICE
W -- Vehicle Leases for USACE Personnel in Kuwait
- Notice Date
- 10/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-14-T-0001
- Response Due
- 10/21/2013
- Archive Date
- 12/14/2013
- Point of Contact
- Ryan Gregory, 5406653946
- E-Mail Address
-
USACE Middle East District
(ryan.k.gregory@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 W912ER-14-T-0001 and the solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document incorporates provisions and clauses that are currently in effect through Federal Acquisition Circular (FAC) 2005-58 effective April 18, 2012. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://www.arnet.gov/far/. (iv) The associated NAICS code for this acquisition is 532112 and small business size standard of $35.5 million. This acquisition is unrestricted and not set aside for any small business category. (v) Quotes must be broken down and prices shown for each of the following Contract Line Item Numbers (CLINS): CLIN 0001 - 2 Mid Size SUVs (RSO-I) as Options, CLIN 0002 - 1 Mid-size SUV (TAD) as an Option, CLIN 0003 - 1 Mid-size sedan (PM Fwd) as an Option, CLIN 0004 - 2 Mid-size sedans (CD-GAO), CLIN 0005 - 12 Mid-size SUVs (CD-GAO). (vi) Work to be completed under this contract will consist of the contractor providing vehicle leases for U.S. Army Corps of Engineers personnel in Kuwait. The vehicles will be provided in accordance with the specifications in the Statement of Work (see Addendum A). The performance of this procurement will be evaluated by the Contracting Officer's Representative in accordance with the Quality Assurance Surveillance Plan (QASP). The QASP can be found in Addendum B (vii) Contract performance will be for one twelve (12) month period. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, is applicable to this solicitation. This Request for Quote will be evaluated on price and price only. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor must return a completed copy of this provision with its quote or certify that it has current representations and certifications at the www.sam.gov website. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. The following items under Clause 52.212-5 are considered checked and applicable to this acquisition: (1), 52.222-50, Combating Trafficking in Persons, Alternate I (1) 52.203-6, Restrictions on Subcontracting Sales to the Government with Alternate I. (4) 52 204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards (b) (5) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (b) (24) 52.222-19, Child Labor Cooperation with Authorities and Remedies (b) (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (b) (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (xiii) THE FOLLOWING FAR PROVISIONS/ CLAUSES APPLY TO THIS ACQUISITION: 52.209-5, Certification Regarding Responsibility Matters; 52.211-6, Brand Name or Equal; 52.214-34, Submission of Offers in the English Language; 52 214-35, Submission of Offers in U.S. Currency; 52.216-1, Type of Contract (Firm-Fixed-Price); 52.228-3, Workers Compensation Insurance (Defense Base Act ); 52.229-6 Taxes - Foreign Fixed-Price Contracts; 52.232-18, Availability of Funds; 52.233-2, Service of Protest(see Addendum B); 52.242-13, Bankruptcy; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Authorized Deviations in Clauses; THE FOLLOWING DFARS PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: 252.201-7000, Contracting Officers Representative; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7011, Alternative Line Item Structure; 252.209-7001 Disclosure of Ownership or control by the government of a terrorist country; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7001, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition; the following items under this clause are considered checked and applicable to this acquisition: 52.203-3, Gratuities (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (b) (3) 252.205-7000, Provision of Information to Cooperative Agreement Holders (b) (6) (i) 252.225-7001, Buy American Act and Balance of Payments Program (b) (9) 252.225-7012, Preference for Certain Domestic Commodities (b) (21) 252.227-7015, Technical Data - Commercial Items (b) (23) Electronic Submission of Payment Requests and Receiving Reports (b) (26), Request for Equitable Adjustment (b) (29) 252.247-7023, Transportation of Supplies by Sea (b) (30) 252.247-7024, Notification of Transportation of Supplies by Sea; (xiv) (N/A) (xv) QUOTES ARE DUE NO LATER THAN 21 OCTOBER 2013, 1300HRS, (1:00 PM) EST. (xvi) QUOTES ARE TO BE EMAILED TO THE CONTRACT SPECIALIST AND TO THE CONTRACTING OFFICER, MS. JEAN BIRDSELL. EMAIL: MR. RYAN GREGORY. RYAN.K.GREGORY@USACE.ARMY.MIL, EMAIL: MS. JEAN BIRDSELL JEAN.L.BIRDSELL@USACE.ARMY.MIL Addendum A Vehicle Lease Requirement For the U.S. Army Corps of Engineers, Gulf Area Office 10 October 2013 1. General The U. S. Army Corps of Engineers, Gulf Area Office (GAO) has a requirement to lease vehicles for its personnel in Kuwait. A total of eighteen (18) vehicles for the GAO personnel are required. Specifically two (2) vehicles are needed for the Reception, Staging, Onward movement and Integration (RSOI) personnel, one (1) vehicle is needed for the TAD Deputy Commander Forward, one (1) vehicle for Project Manager Forward, and fourteen (14) vehicles for the GAO construction personnel. The term of the lease shall be for one twelve (12) month period. The period of performance is expected to start on October 31, 2013. 1.1 The Contractor shall Lease to the U.S. Army Corps of Engineers (USACE), a total of eighteen (18) vehicles. The lease agreement will include recovery service (towing) as needed. Vehicles are not being purchased under this contract. At no time during or after the contractual period of performance shall the title of the leased vehicles be transferred to the U.S. Government from the Contractor. The vehicles shall comply with the features and standards listed in section 2. 1.2 The contractor shall provide comprehensive vehicle insurance and vehicle registration. 1.3 Traffic fines and other traffic violations are the responsibility of the USACE driver. The contractor shall promptly inform the Contracting Officers Representative (COR) at the Corps of Engineers, GAO of any violations involving its vehicles. The Government will make every effort necessary to contact the USACE personnel regarding the settlement of any traffic fine notifications received after the end of contract performance. 1.4 There shall be no limitations or surcharges on mileage. 2. Vehicle Types 2.1 Vehicles shall be new or in like-new (less than 10,000 kilometers) condition. Each vehicle must be accepted by the COR. The requirement is for a total of eighteen (18) vehicles in the following categories: GAO: 15 - Mid-Size SUVs / 3 - Mid-Size Sedan 2.1.1 Regardless of type, each vehicle must have the following salient characteristics: Off-road Michelin (or equal) steel belted radial tires on SUVs. All-season tires on Sedans. Fully automatic transmission. Heavy duty factory installed heating/cooling system. Side view mirrors. Seat belts. Front driver and passenger air bags. Fire extinguisher. Safety glass on all windows.* Red Cross approved first aid kit. Inflated standard spare tire. Stereo CD player with AM/FM radio. Anti-lock Brakes Cruise Control Maximum fuel efficiency ** * Safety glass refers to the standard laminated glass safety features ** Maximum fuel efficiency for each type of required vehicle a. The Two (2) different types of vehicles required are: (1) Type 1 Vehicle - A mid-sized sports utility vehicle (SUV) with 4-wheel drive and seating capacity for five people inclusive of jump seats. The minimum acceptable engine displacement is 3.4 liters. (Example cars: Toyota Prado, Nissan Pathfinder, GMC Envoy, Dodge Durango, Ford Explorer, or an equivalent model). (2) Type 2 Vehicle - A mid-sized sedan with 2-wheel drive and seating capacity for five (5) people. The minimum acceptable engine displacement is 2.5 liters. (Example cars: Toyota Camry, Nissan Altima, Mitsubishi Gallant, or an equivalent model.) 2.2 The Contractor shall coordinate with the COR, located at GAO on Camp Arifjan, Kuwait regarding pick-up and delivery of all vehicles, unless otherwise directed. 2.2.1 All vehicles shall be delivered to GAO on Camp Arifjan, Kuwait. The vehicles will only be used in Kuwait. The vehicles will be returned to GAO for pick-up at the end of contract performance. 3. Service & Maintenance. a. The Contractor shall perform preventive maintenance and repair work in accordance with the manufacturer's maintenance schedule and instructions as part of the base lease cost. b. The Contractor shall provide a replacement vehicle(s) during periods of service or repairs that exceed 24 hours. c. Vehicles reaching 80,000KM (or less at vendor's discretion) shall be replaced with identical vehicles at the contract amount. d. The contractor shall provide vehicle breakdown recovery/service, 24 hours a day 7 days a week throughout the Kuwait. 4. Complaints and Disputes The Contractor shall coordinate directly with the COR to resolve all complaints about the vehicles. If a complaint cannot be resolved to the satisfaction of both parties, the Contracting Officer shall be notified for resolution. Addendum B QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) QASP - Below SAT/COR Appointed QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) FOR Contract: USACE Gulf Area Office (GAO) Vehicle Lease Contractor: TBD 1. PURPOSE. The purpose of this contract is to provide vehicles for use by GAO personnel. 2. SCOPE. The Contractor shall Lease to the U.S. Army Corps of Engineers (USACE), a total of eighteen (18) vehicles. The lease agreement will include recovery service (towing) as needed. Vehicles are not being purchased under this contract. At no time during or after the contractual period of performance shall the title of the leased vehicles be transferred to the U.S. Government from the Contractor. The Contractor is responsible for management and quality control necessary to perform the required services. 3. ROLES AND RESPONSIBILITIES. Contracting Officer (KO): A duly appointed individual with the authority to enter into, administer and terminate contracts on behalf of the Government. Only the KO can legally commit the Government and, as the Government's agent, modify the Contract/Order. The KO is the final authority for determining adequacy of the Contractor's performance. KO decisions arising under or relating to the contact are final. Contracting Officer's Representative (COR) - An individual designated in writing by the KO to perform specific technical and administrative functions within the scope and limitations of their written appointment (e.g., surveillance of Contractor's performance, accept services). The COR is not empowered to make any contractual commitments or authorize any changes to the order/contract or in any way obligate additional funds by the Government; such authority rests solely with the KO. The COR for this contract will be located in Kuwait. 4. METHODS OF SURVEILLANCE. Simplified methods of surveillance will be used by the Government to evaluate contractor performance. The primary methods of surveillance are periodic inspections to determine if the contractor is providing vehicles that meet contract requirements. Periodic Inspections - The COR will perform an inspection on a monthly basis and upon completion of the services. 5. QUALITY ASSURANCE (QA) SURVEILLANCE TASKS. a. The COR will perform surveillance on all services required of the contractor either through periodic inspection of the vehicles or the use of objective quality evidence (i.e. customer feedback or evaluation of contractor supplied performance data), and will ensure all required services of the Contract/Order are properly executed. b. The COR will immediately report any noted contractual deficiencies to the Contractor and the KO, to include date, specific contract requirement, deficiency, request for contractor corrective action and suspense date. When Contractor contractual performance deficiencies are noted increased periodic inspections will take place to assure contract compliance. c. The COR will re-inspect services that were found deficient. Failure to complete corrective actions will be reported immediately to the KO for further action. d. Upon satisfactory completion of the work, the COR will accept the services provided and authorize payment, by approving the Contractor's invoice and completing a receiving report. 6. DOCUMENTATION. When services are provided IAW the Contract/Order it is not uncommon for a low dollar value and low complexity and/or duration service to be performed without any remedial actions required by the Government. Based on the low dollar value and the low complexity and/or duration of the Contract/Order, documentation will be kept to a minimum. Documentation of COR surveillance of contractor performance will include memos for record that include date, type of surveillance, what was observed, and results. The COR must forward all records they maintained to the KO after accepting the Contractor's services for use in the event of a future contract claim/dispute.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-14-T-0001/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN03215937-W 20131017/131015233715-55a799c6b77b798ca383d26badb69f71 (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 |