Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2024 SAM #8428
SOURCES SOUGHT

W -- Vehicle Lease

Notice Date
12/22/2024 5:02:11 PM
 
Notice Type
Sources Sought
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
NAVFACSYSCOM MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019225R9003
 
Response Due
1/15/2025 6:00:00 PM
 
Archive Date
01/31/2025
 
Point of Contact
ALICE OFECIAR, Phone: 6713392955, Cheyenne Santos, Phone: 6713392955
 
E-Mail Address
alice.g.ofeciar.civ@us.navy.mil, cheyenne.w.santos.civ@us.navy.mil
(alice.g.ofeciar.civ@us.navy.mil, cheyenne.w.santos.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and determining capability of small businesses to perform the requirements to provide leased vehicles as described below. Interested SB concerns should, as early as possible but not later than 15 days of this notice, indicate interest in the acquisition by providing to the contracting office above evidence of capability to perform and a positive statement of eligibility as a small business concern. If adequate interest is not received from SB concerns, the solicitation will be issued as unrestricted without further notice. The Solicitation, if any, will be posted to the System of Award Management (SAM) website at https://sam.gov/ and/or the appropriate Government wide point of entry (GPE). Respondents will not be notified of the results of NAVFAC Marianas FSC CORE�S market research. NAVFAC Marianas FSC CORE will utilize the information provided for acquisition planning purposes. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. The Government may not respond to questions regarding this Sources Sought Notice or the anticipated Solicitation, if any. Responses received after the deadline or without the required information may not be considered. The Government will not provide a debriefing on the results of this notice. Vehicle Lease The anticipated award is for an Indefinite Delivery Indefinite Quaintly (IDIQ) Requirements contract with Fixed Price pre-priced line items for Vehicle Lease Services. The NAICS Code for this procurement is 532112 Passenger Car Leasing and the annual size standard is $47 million. The outcomes to be achieved are the provision to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary for the delivery of the leased vehicles, with unlimited mileage. The outcomes for this acquisition are consistent with FAR 37.101 definition of service contracts. Some examples of performance standards include, but are not limited to the following: a. Vehicle general maintenance shall be performed by the Contractor in accordance with manufacturer specs; b. Vehicles provided shall be free of defects that may impair serviceability or detract from appearance; c. Non-Recurring work may be ordered utilizing FEDMALL or on a task order in accordance with the PROCEDURES FOR ISSUING ORDERS in FAR clause 52.212-4 Addendum. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order. d. All vehicles shall be American made, current or latest models, new, non-demo unit and shall meet the current Environmental Protection Agency Corporate Average Fuel Economy (EPA CAF�) ratings. e. Tires furnished shall be the same size, type, and ply rating for all wheels including the spare; f. The vehicles furnished shall comply with Federal Motor Vehicles Standards (49 CFR 571) and applicable state safety regulations. g. Types of Vehicles: All vehicles shall be American made, current or latest models, new, non-demo unit and shall meet the current Environmental Protection Agency Corporate Average Fuel Economy (EPA CAF�) ratings. (1) SUV-2: Sport Utility Vehicle, 4 X 4, V6 engine, 7 Passenger, Automatic Transmissions, Keyless entry system, Power Door Lock and Power Windows which can be operated and controlled by the driver of the vehicle. (2) Mid-size Sedans, 4 Doors, V6 or V8 engine, 4 Passenger, Automatic Transmissions, Keyless entry system, Power Door Lock and Power Windows which can be operated and controlled by the driver of the vehicle. (3) Mini Van, V6 engine, 7 Passenger, Automatic Transmissions, Keyless entry system, Power Door Lock and Power Windows which can be operated and controlled by the driver of the vehicle. (4) Pickup Truck, 4 Doors, V6 or V8 engine, Automatic Transmissions, Keyless entry system, Power Door Lock and Power Windows which can be operated and controlled by the driver of the vehicle. (5) Pickup Truck, 4x4, 4 Doors, V6 or V8 engine, Automatic Transmissions, Keyless entry system, Power Door Lock and Power Windows which can be operated and controlled by the driver of the vehicle. (6) Van, 15 Passenger, V8 engine, Automatic Transmissions, Keyless entry system, Power Door Lock and Power Windows which can be operated and controlled by the driver of the vehicle. h. The period of performance will consist of one (1) 6-month base period plus five (5) 12-month option periods for a total of 66 months Instructions Firms having the capability to provide vehicles as described below are invited to submit qualifications information, limited to five (5) pages (8 1/2� x 11�), no later than 16 January 2025, 11:00AM GUAM Time. Documents may be submitted via electronic mail to Alice G. Ofeciar at alice.g.ofeciar.civ@us.navy.mil and Cheyenne Santos at cheyenne.w.santos.civ@us.navy.mil. Complete information must be submitted, as the Government will not seek clarification of information provided. Respondents shall ensure that all correspondence addressed to the United States Government is submitted in English or with an English translation. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0a944f239514a2d91719a5b9d2c7458/view)
 
Place of Performance
Address: Santa Rita, GU, USA
Country: USA
 
Record
SN07299564-F 20241224/241222230103 (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 |
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.