Car Rental, 1 June - 22 June 2020, Camp Williams Utah

expired opportunity(Expired)
From: Federal Government(Federal)
W911YP20R0018

Basic Details

started - 09 Apr, 2020 (about 4 years ago)

Start Date

09 Apr, 2020 (about 4 years ago)
due - 04 May, 2020 (about 4 years ago)

Due Date

04 May, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W911YP20R0018

Identifier

W911YP20R0018
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE ARMY (132982)NGB (17496)W7N3 USPFO ACTIVITY UT ARNG (286)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This combined synopsis/solicitation and is being issued full and open competition. The Northern America Industry Classification System Code (NAICS) is 532111. The size standard is $41.5million. This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has the following procurement requirement:Rental cars.2 each Pickup Truck, 1 June – 22 June 2020, 1/2 ton crew cab, price both 2x4 and 4x4 option;2 each 15 Passenger Van, 1 June – 22 June 2020;12 each (additional) 15 Passenger Van, 8 June – 22 June 2020;7 each PRE Size SUV, 8 June – 22 June 2020.Evaluations Factors: Award will be made on the basis of Lowest Price Technicall Acceptable (LPTA). A technically acceptable quote will be one that provides the number and type of
vehicles requested. The government does not intend to make partial awards. Additionally, the car rental agency must be able to service the Salt Lake City area in Utah with local office representation.All firms or individuals responding must meet all standards required to conduct business with the Government,including registration with SAM and WAWF/iRAPT, and be in good standing with the Government. The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be reviewed for responding vendors to determine if the vendor is in good standing . All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information.Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time. All submissions should be sent via email to: otha.b.henderson.mil@mail.mil. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration.The following provisions and clauses are applicable to this solicitation:FAR 52.202-1 - DefinitionsFAR 52.203-3 - GratuitiesFAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the GovernmentFAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content PaperFAR 52.204-7 - Central Contractor RegistrationFAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting AwardsFAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for DebarmentFAR 52.212-1 - Instructions to OfferorsFAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial ItemsFAR 52.212-4 - Terms and Conditions - CommercialFAR 52.212-5 - Dev - Statutes/Exec OrdersFAR 52.219-1 (Alt I) - Small Business Program RepresentationFAR 52.219-6 - Notice of Total Small Business Set-AsideFAR 52.219-8 - Utilization of Small Business ConcernsFAR 52.219-14 - Limitations on SubcontractingFAR 52.219-28 - Post-award Small Business Program RepresentationsFAR 52.222-3 - Convict LaborFAR 52.222-21 - Prohibit Segregated FacilitiesFAR 52.222-22 - Previous Contract and Compliance ReportsFAR 52.222-25 - Affirmative ActionFAR 52.222-26 - Equal OpportunityFAR 52.222-35 - Equal Opportunity for VeteransFAR 52.222-36 - Affirmative Action for Workers W ith DisabilitiesFAR 52.222-37 - Employment Reports on Special Disabled Vete ransFAR 52.222-40 - Notification of Employees Rights Under the Nationa l Labor Relations ActFAR 52.222-41 - Service Contract Act of 1965FAR 52.222-42 - Statement of Equivalent Rate s for Federal HiresFAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and OptionContracts)FAR 52.22 2-50 - Combating trafficking in PersonsFAR 52.222-54 - Employment Eligibility VerificationFAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While DrivingFAR 52.225-23 - Restrictions on Certain Foreign PurchasesFAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran -Representation and CertificationsFAR 52.232-1 - PaymentsFAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor RegistrationFAR 52.233-1 - DisputesFAR 52.233-2 - Service of ProtestFAR 52.233-3 - Protest After AwardFAR 52.233-4 - Applicable Law for Breach of Contract ClaimFAR 52.243-1 (Alt 1) - Changes-Fixed PriceFAR 52.247-34 - FOB DestinationFAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form)FAR 52.252-1 - Provisions Incorporated by ReferenceFAR 52.252-2 - Clauses Incorporated by ReferenceFAR 52.252-5 - Authorized Deviations in ProvisionsFAR 52.252-6 - Authorized Deviation in ClausesDFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower RightsDFARS 252.204-7003 - Control of Government Personnel Work ProductDFARS 252.204-7004 Alt A - Required Central Contractor RegistrationDFARS 252.209-7995 - Representation by Corporations Regarding Un paid Delinquent Tax Liability of a FelonyConviction Under Any Federal LawDFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of ExecutiveOrders Applicable to Defense Acquisition of Commercial ItemsDFARS 252.212-7001 - Dev Terms and ConditionsDFARS 252.225-7001 - Buy America Act and Balance of Payments ProgramDFARS 252.225-7002 - Qualifying Country as SubcontractorsDFARS 252.225-7012 - Preference for Certain Domestic CommoditiesDFARS 252.232-7003 - Electronic Submission of Payment RequestsDFARS 252.232-7010 - Levies on Contract PaymentsDFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract PersonnelDFARS 252.243-7001 - Pricing of Contract ModificationsDFARS 252.243-7002 - Requests for Equitable Adjustment.FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference,with the same force and effect as if they were given in full text. Upon request, the contracting officer will make fulltext available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ .IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM databaseprior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visitthe SAM website at http://www.sam.gov/start.aspx to register.

Riverton ,
 UT  84065  USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Herriman

Classification

naicsCode 532111Passenger Car Rental
pscCode W023Lease or Rental of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles