Industrial Classification Standard (NAICS) 532111-Passenger Car Rental, and Size Standard of $32.5 M apply to this procurement. Contractors may be awarded all, some or none of the requirement.
BID SCHEDULE:
Potential Offerors are to provide a quote for the items/services listed below as well as filling out the Offer Schedule for a daily rental rate
Quote shall include a unit and total price for the following bid schedule:
--CLIN 0001 - Supply thirty six (36) economy/compact rental vehicles in accordance with the attached statement of work. (Attachment 1)
Quantity: 1 Units: Lot Total Price: tiny_mce_marker_______
Delivery Date: See statement of work
--CLIN 0002 - Supply twenty six (26) minivan rental vehicles in accordance with the attached statement of work. (Attachment 1)
Quantity: 1 Units: Lot Total Price: tiny_mce_marker_______
Delivery Date: See statement of work
--CLIN 0003 - Supply three (3) 15 Passenger van rental vehicles in accordance with the attached statement of work. (Attachment 1)
Quantity: 1 Units: Lot Total Price: tiny_mce_marker_______
Delivery Date: See statement of work
*NOTE* The below CLIN's (0004-0006) are option CLIN's and the Government reserves the right not to utilize these CLIN's.
--CLIN 0004 - Supply the option of up to fifteen (15) economy/compact rental vehicles in accordance with the attached statement of work. (Attachment 1)
Quantity: 1 Units: Lot Total Price: tiny_mce_marker_______
Delivery Date: See statement of work
--CLIN 0005 - Supply the option of up to five (5) minivan rental vehicles in accordance with the attached statement of work. (Attachment 1)
Quantity: 1 Units: Lot Total Price: tiny_mce_marker_______
Delivery Date: See statement of work
CLIN 0006 - Supply the option of up to two (2) 15 Passenger Van rental vehicles in accordance with the attached statement of work. (Attachment 1)
Quantity: 1 Units: Lot Total Price: tiny_mce_marker_______
Delivery Date: See statement of work
__________________________________________________________________________________
TOTAL AMOUNT: tiny_mce_marker_______
*FOB Destination for delivery to: **Period of Performance: 16-23 May 17
Delivery - 18 May 2017 (subject to change)
4 OG
1055 BLAKESLEE AVENUE
SEYMOUR JOHNSON AFB NC 27531
Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 3 May 2017. Quotes must be sent via e-mail to
spencer.lane.3@us.af.mil and
devin.powner@us.af.mil.
Contracting points of contact:
2d Lt Spencer Lane, Contract Specialist, (919) 722-1577 or email:
spencer.lane.3@us.af.milSSgt Devin Powner, Contracting Officer, (919) 722-1766 or email:
devin.powner@us.af.mil____________________________________________________________________________________
The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at
http://farsite.hill.af.mil52.204-7 System for Award Management.
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting.
52.204-18 Commercial And Government Entity Code Maintenance
52.204-19 Incorporation By Reference Of Representations And Certifications
52.204-20 Predecessor of Offeror
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors -- Commercial Items
52.212-2 Evaluation -- Commercial Items
Fill-in text: (1)Price
52.212-3 Offeror Representations and Certifications -- Commercial Items.
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
52.217-5 Evaluation of Options
52.217-7 Option for Increased Quantity - Separately Price Line Item
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers With Disabilities.
52.222-50 Combating Trafficking In Persons
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-13 Restrictions On Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations In Clauses
252.203-7000 Requirements Relating To Compensation Of Former DoD Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7003 Control Of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions.
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information
252.204-7015 Notice of Authorized Disclosure Of Information for Litigation Support
252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items
252.247-7023 Transportation Of Supplies By Sea-Basic
5352.201-9101 Ombudsman