View Details for Buy # 904009 General Buy Information Buy #:
904009
Solicitation #:
W911S8-18-Q-7647
Buy Description :
Final Bid - Non Tactical Vehicles (NTV's) Rental
Category :
W -- Lease or Rental of Equipment
Sub Category :
W023 -- Lease or Rental of Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
NAICS :
532111 -- Passenger Car Rental
FedBizOpps Solicitation :
Yes
Set-Aside Requirement :
Small Business
Buyer :
MICC Joint Base Lewis McChord
End Date :
01/11/2018
End Time :
16:00 ET
Seller Question Deadline:
1/10/2018 - 15:00 ET
Delivery:
Special Delivery Instructions - See Line Item Description
View Question & Responses
Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to FedBid and click Start Bid. Proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE
Line Item(s) Item No
Description
Qty
Unit
001
***Rent/Lease*** QTY Eighty-eight (88)4x4 Extended Cab Pick-up Truck or a Truck based SUV 4x4 that can be driven off-road and seat 5 passengers e.g. Chevy Tahoe; Period of Performance: 25 JAN 2018 - 18 FEB 2018 (25 days) (88 NTVs x 25 days = 2200 Equipment Days). Delivery shall be at Fort Hunter Liggett (FHL), California 93928, no later than 0900 hrs. on the first day of the Period of Performance. The vehicle shall seat 5 passengers in the interior, automatic transmission, unlimited miles per day and shall use unleaded gasoline or diesel fuel. The vendor shall provide spare tire with jack. The vehicle shall be topped off with unleaded gasoline or diesel fuel upon delivery and the US Government shall refuel at Fort Hunter Liggett at the time of pickup. The Government shall not be charged for any unused days should the vehicle be turned in early. The vehicle must be in good condition, and no more than 5 years old from date of delivery, and is subject to a joint inspection with requiring activity at time of delivery. Point of contact will be provided at time of award. The vendor shall supply a cost break down Per Day, Per Week, and Per Month. During the joint inspection the Quality Assurance Specialist(QA) may reject the item, at the time of rejection the awardee and shall have 24 hours to fix the deficiencies at no additional cost to the Government or a termination for default will be completed. If vehicle becomes inoperative, vendor shall exchange vehicle at no additional cost to the Government within 6 hours of notification. Please review the Statement of Work attached herein.
2200
Days
Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers have the OPTION to include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) should include the following non-pricing information: The seller shall not simply rephrase or restate the government requirements, but shall rather provide a Brochure or Capability Statement that provides rationale, evidence or documentation that addresses how the seller intends to meet the requirements. Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Meet or Exceed: The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Final Bid: The Buyer has specified this opportunity as a Final Bid Buy. You will not be able to specify an auto-rebid amount, and no LEAD or LAG bid status will be provided. You should treat your bid submission as a best and final offer. Purchase Order or Delivery Order: Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Set-Aside Requirement: This solicitation is a Small Business set-aside and only qualified Sellers can bid. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.) Special Delivery Instructions: The Buyer has provided special instructions for delivery – See Line Item Description.
Buy Terms Name
Description
CONTRACTING OFFICER'S AUTHORITY
The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD
In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is 532111, Passenger Car Rental with an applicable small business size standard of $38.5 Million.
PURCHASE ORDER OR DELIVERY ORDER
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. (End of Instruction)
SAM REQUIREMENT
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ‘ACTIVE” at the time of award. (End of Instruction)
QUOTES
Quotes MUST be valid for 30 days after Request for Quote/solicitation’s closing date.
QUOTE CLARIFICATIONS
Questions concerning this solicitation must be submitted prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the prescribed close date may not be considered.
CONTACT INFORMATION
Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions for quotes utilizing FedBid.
AGENCY PROTEST PROCEDURES
If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 (End of Instruction)
AMC-LEVEL PROTEST PROGRAM
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Instruction)
NO MULTIPLE AWARDS
Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive.
EVALUATION OF QUOTES: LOWEST PRICE TECHICALLY ACCEPTABLE
In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
SHIPPING CONDITION
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (End of Instruction)
Shipping Information City
State
FORT HUNTER LIGGETT
CA
Zip Code 93928
Buy Attachment(s) No .
Document Name
1
0011127647_SOW_NTV_Rental.pdf
2
0011127647_Solicitation_Provisions_Clauses_NTV_s_Rental.pdf
© 2001- 2018 FedBid Inc., All Rights Reserved
Document Size 90 KB 232 KB
Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us