SOLICITATION NOTICE
J -- GSA Fleet Auction and Marshalling Services - Virginia Beach, VA
- Notice Date
- 3/5/2024 6:18:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- GSA/FAS AUTOMOTIVE CENTER WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47QMCA24Q0004
- Response Due
- 3/11/2024 1:00:00 PM
- Archive Date
- 03/26/2024
- Point of Contact
- Elizabeth McEwen, Allison Wiede-Brown
- E-Mail Address
-
elizabeth.m.mcewen@gsa.gov, allison.wiede-brown@gsa.gov
(elizabeth.m.mcewen@gsa.gov, allison.wiede-brown@gsa.gov)
- Description
- 3/5/2024 - 9:20 am est - Questions and answers posted in the attachment section. This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 47QMCA24Q0004 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.� The associated North American Industrial Classification System (NAICS) code for this procurement is 811111 with a small business size standard of $9 million. This requirement is not a Set-Aside and is open to full and open competition. The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction, marshalling and support services for Government vehicles in Virgina Beach, VA. Vehicle types for which these services needed include, but are not limited to, sedans, station wagons, sport utility vehicles, full & mid-size pickup trucks, full & mid-size vans, ambulances, police vehicles, school & transport buses, medium and heavy duty trucks, and wrecker & carrier transport vehicles. GSA Fleet�s vehicles are powered through conventional as well as most alternative fuels, including: electric, hybrid electric, hydrogen, mixtures containing up to 85 percent methanol or denatured ethanol, natural gas, liquefied petroleum gas, and biodiesel blends. Contractors must supply personnel to execute all services within the specified timeframes as required in the Statement of Work (See attached SOW).� See attached Pricing Spreadsheet for specific line items and units of measure. Locations are required to be within the specific service location area listed in this RFQ. Offers outside of these service areas will not be accepted.� The annual estimate for the number of vehicles to be marshalled and actioned within the service area is identified in the attached Instructions to Offerors. The FAR provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition to include the attached instructions to offerors. The provision at�52.212-2, Evaluation-Commercial Products�and�Commercial Services, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. � (a)The following factors shall be used to evaluate offers: technical capability, past performance and price. Technical capability will be evaluated based on the submissions within the Vendor Response Document and subsequent site visit by Government personnel.� Technical and past performance, when combined, are more important than price. (b)�Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The offeror must have updated SAM registration per FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at�FAR 52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition�and see additional clauses in the attached SF1449. The clause at�FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. All questions or clarifications, referencing this submittal and SOW must be submitted to via email to elizabeth.m.mcewen@gsa.gov (please CC allison.wiede-brown@gsa.gov) with the�subject line �QUESTIONS FOR 47QMCA24Q0004�. Questions must be submitted by no later than�March 4, 2024, 12:00 PM EST. Hard copy or faxed questions will not be accepted.� The deadline for receipt of quotes is�March 11, 2024, 4:00 PM EST.�All documents required for submission must be sent via�email�to Elizabeth.m.mcnewen@gsa.gov (please CC allison.wiede-brown@gsa.gov) with the�subject line �QUOTE FOR 47QMCA24Q0004�.�Hard copy or faxed quotes will not be accepted.� This Solicitation is comprised of: I. Instruction to Offers II. 1449 (Statement of Work, Deliverables and Clauses) III. Vendor Response Document IV. Schedule of Services V. Offeror Reps & Certs VI. GSA incident Response CIO IT Security Policy �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9d27a7f042e24ad085f0a553f4a92b35/view)
- Place of Performance
- Address: Virginia Beach, VA 23464, USA
- Zip Code: 23464
- Country: USA
- Zip Code: 23464
- Record
- SN06985807-F 20240307/240305230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |