Mongolia Transport Service
Ammendment 0001 Change to attachments - PWS & Transportation service schedule. The requirement has changed to no longer need vans and use SUVs instead. Combined Synopsis/Solicitation i) This is a comb... Ammendment 0001 Change to attachments - PWS & Transportation service schedule. The requirement has changed to no longer need vans and use SUVs instead. Combined Synopsis/Solicitation i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This acquisition is conducted using FAR 13 – Simplified Acquisition Procedures. ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W91QVP-23-Q-2851 (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05, Effective: 15 August 2023. (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 488490, Construction Machinery Manufacturing. The small business size standard is $18 Million Dollars. This procurement is issued as full and open. (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 Description OF REQUIREMENTS: 4X4 SUV W/ Driver EXTENDED DESCRIPTION: The contractor shall provide Transportation services for Mongolia providing 4X4 SUV and driver IAW attached PWS and Transportation service schedule. POP: 28 September 2023 to 3 April 2024 QTY: 6 Unit of Issue: Month Unit Price: $_________ Extended Price: $_________ Clin: 0002 Description OF REQUIREMENTS: Cargo truck for luggage EXTENDED DESCRIPTION: The contractor shall provide Transportation services for Mongolia providing Cargo truck for luggage and driver IAW attached PWS and Transportation service schedule. POP: 28 September 2023 to 3 April 2024 QTY: 6 Unit of Issue: Month Unit Price: $_________ Extended Price: $_________ Clin: 0003 Description OF REQUIREMENTS: DBA Insurance EXTENDED DESCRIPTION: The contractor shall have approved DBA Insurance for duration of contract prior to start of service. POP: 28 September 2023 to 3 April 2024 QTY: 1 Unit of Issue: Each Unit Price: $_________ Extended Price: $_________ To be considered acceptable and eligible for award, quotes must be complete and including all of the items and services in accordance with the attached “PERFORMANCE WORK STATEMENT.” The Government will consider quotes or offers for partial items or quantities. (vi) Contractors shall review the “Performance Work Statement” for the full description of requirements. (vii) Period of performance: The expected Period of performance for this effort is: CLIN PERIOD OF PERFORMANCE 0001 28 September 2023 to 3 April 2024 0002 28 September 2023 to 3 April 2024 0003 28 September 2023 to 3 April 2024 (viii) OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors – Commercial Items (JUL 2021), applies to this acquisition. The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the ‘Evaluation Factors for Award’ Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. Price Quote: The affiliate for quote shall submit complete pricing for each CLIN listed in the “Description of Requirements” Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). All options must be priced; partial quotes will not be accepted. (ix) Evaluation Factor for Award: This will be evaluated on price only: Factor I – Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items inclusive of all option periods. The total firm-fixed-price shall include all applicable taxes and all associated price as outlined in paragraph (v) above. **Basis for Award: The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The vendor must be registered in the System for Award Management (SAM). The award decision will be based on the lowest price technically acceptable. Additionally, the quote will be evaluated for a fair and reasonable price. The Government may utilize multiple or particle awards in conjunction to fulfill this procurement. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: Attachment 1 – Performance Work Statement Attachment 2 – Transportation service schedule (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF. Questions Due Date and Submission Requirements: All questions must be received before 4 September 2023 @ 1200HRS, Hawaii Time. Questions must be e-mailed to Patrick.l.floyd2.mil@army.mil and david.t.vance.mil@army.mil. Include RFQ# W91QVP -23-Q-2851 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 11 September 2023 @ 1200hrs Hawaii Time. (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Patrick Floyd II at Patrick.l.floyd2.mil@army.mil and david.t.vance.mil@army.mil. Reference RFQ# W91QVP -23-Q-2851 on all email exchanges regarding this acquisition.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »