NTV Lease ID/IQs- Al Udeid Air Base
ID: FA570225QC007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5702 379 ECONSAPO, AE, 09309-0000, USA

NAICS

Passenger Car Leasing (532112)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for the leasing of non-tactical vehicles at Al Udeid Air Base in Qatar, under the solicitation RFQ number FA570225QC007. The procurement aims to establish two Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts to provide up to 800 vehicles, ensuring compliance with Qatari regulations and maintaining operational readiness through effective vehicle management and maintenance. This initiative is critical for supporting U.S. Air Force operations and enhancing combat airpower capabilities. Interested contractors must submit their proposals by November 6, 2024, and can direct inquiries to Capt. Charles Goldstein at charles.goldstein.1@spaceforce.mil or by phone at 313-455-4004.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force (USAFCENT) has issued a Combined Synopsis/Solicitation seeking proposals for commercial products and services, specifically to award two Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts. The solicitation, referenced as RFQ number FA570225QC007, is governed by Federal Acquisition Regulations and outlines requirements through multiple attachments, including pricing sheets and performance work statements. The project falls under NAICS code 532112, with a size standard of $25.5 million. Key contract periods include a base year from December 1, 2024, to November 30, 2025, with an option for an additional year. Proposals must adhere to specified guidelines, including submitting representations and certifications related to commercial products and services. Critical deadlines are also established, with questions due by October 30, 2024, and offers due by November 6, 2024. The document emphasizes adherence to contract terms and conditions as outlined in the attached provisions. This solicitation aims to strengthen combat airpower through competitive contracting in support of U.S. Air Force operations. The primary contact for inquiries is Capt. Charles Goldstein.
    The document outlines the solicitation FA570224QC028, detailing the quantity of various vehicle types needed for government operations. The request specifies that 314 vehicles are required for 379 Air Expeditionary Wing (AEW) tenant units, with an additional requirement for 341 vehicles for task order B. Each vehicle type is categorized by code, type, and quantity, including compact sedans, SUVs, vans, trucks, and buses. For the first task order, zero compact sedans and midsize sedans are requested, whereas 59 eight-passenger vans and 159 trucks are needed. In comparison, task order B shows increased demands across all types, with 56 compact sedans and additional SUVs and trucks. Key sections of the document outline the unit pricing process for contractors, indicating that offers must be submitted for each type of vehicle at a monthly rate. The detailed vehicle classifications facilitate pricing assessments and procurement processes necessary for fulfilling the agency's transportation needs. Overall, this solicitation serves the purpose of streamlining vehicle procurement for government operations, ensuring necessary transportation resources are in place.
    The Performance Work Statement (PWS) outlines requirements for vehicle leasing services at Al Udeid Air Base, Qatar. This non-personal services contract necessitates the contractor to provide up to 800 vehicles, including all management, maintenance, and customer service necessary for vehicle operation. The contractor must ensure compliance with Qatari regulations, provide a fleet of vehicles less than three years old, and guarantee that all vehicles undergo scheduled and unscheduled maintenance according to manufacturer standards. Key responsibilities include delivering vehicles fully operational, managing vehicle inspections, maintaining detailed operational records, and providing emergency services. The contract emphasizes quality assurance through periodic evaluations conducted by the U.S. Government. The PWS also mandates weekly reporting on traffic violations and provides guidelines for vehicle turn-in procedures, including cleanliness requirements and inspections to assess damages. The contractor is responsible for maintaining records for all vehicles leased, including accidents and maintenance actions, ensuring transparency and accountability. This document underscores the U.S. Government’s commitment to maintaining safe transport services, adhering to operational standards, and ensuring a proactive approach in vehicle management at a critical military installation.
    The document outlines the solicitation FA570225QC007 for generating combat airpower, detailing instructions for offerors regarding the submission of proposals for federal contracting. It specifies the applicable NAICS codes and small business size standards, including evaluation criteria for offers related to leasing and fleet management systems. Offerors must submit signed and dated proposals that include technical descriptions, pricing information, representations, past performance references, and acknowledgment of solicitation amendments. The evaluation of offers will focus on the best price and technical terms without discussions unless necessary. Additionally, specific due dates are prescribed for questions and offer submissions, with an emphasis on adherence to submission guidelines, such as providing documentation in PDF format and using a unique entity identifier. The overall goal emphasizes ensuring a fair and timely evaluation process for the procurement of combat airpower capabilities essential for military operations. This document exemplifies the structured approach within government RFPs, emphasizing compliance and thorough evaluation of offerings.
    The solicitation FA570225QC007 outlines the government's approach to awarding two single Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts based on price and technical capability evaluations. Offers must be submitted with the best terms upfront, since no interchanges are planned. The evaluation process consists of six steps, assessing responsiveness, pricing, technical acceptability, and past performance for separate Task Orders A and B. Vendors are rated on a pass/fail basis for critical technical criteria and an acceptable/unacceptable basis for price and past performance. The lowest priced technically acceptable offeror will be awarded the contract. Price evaluations include aspects like reasonableness, realism, and unbalanced pricing, while past performance assesses the vendor's recent and relevant experience. The document emphasizes adherence to necessary qualifications, with a strong focus on meeting the requirements defined in the Performance Work Statement (PWS). Ultimately, this solicitation clearly establishes the criteria and processes for contractors to secure government contracts, focusing on ensuring fair and reasonable pricing and capable performance.
    The document outlines essential compliance requirements for contractors engaged in federal acquisitions of commercial products and services, referencing specific Federal Acquisition Regulation (FAR) clauses. Key points include prohibitions against utilizing certain technologies from specific entities and stipulations related to government contractor responsibilities, including ethics, labor standards, and business practices. It emphasizes compliance with various clauses to protect government interests and promote ethical conduct, such as prohibitions on confidentiality agreements and certain telecommunications services. The document also stresses small business utilization and outlines specific clauses related to labor standards, ensuring fairness and equity in federal contracts. Overall, the solicitation serves as a comprehensive guide for contractors, ensuring adherence to relevant laws and regulations while facilitating ethical and effective government contracting practices.
    The document outlines the solicitation FA570225QC007 regarding additional contract requirements and terms for an indefinite delivery/indefinite quantity (ID/IQ) contract. It specifies that delivery orders or task orders may be placed between December 1, 2024, and November 30, 2026. Orders can only be issued by designated individuals and are governed by the contract's terms. Key stipulations include a minimum order threshold of $2,500 and maximum limits of $7,000,000 for individual and combined orders. The government plans to award two single ID/IQ contracts for the "379 AEW All" and "Tenant Units," with initial seed projects designated as Task Order A and Task Order B, respectively. Further, the document specifies that the government can issue multiple orders and requires the contractor to complete them within specified timeframes, highlighting the flexibility in order management. Overall, this solicitation intends to establish a framework for ordering supplies and services while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tyndall AFB Short Term Vehicle Rental
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking sources for a Short Term Vehicle Rental Indefinite Delivery Indefinite Quantity (IDIQ) contract at Tyndall Air Force Base, Florida. The procurement aims to establish a contractor capable of providing a diverse fleet of 50-300 vehicles, including compact cars, SUVs, and minivans, with specific requirements for vehicle age, condition, and safety features, to support military operations. This service is crucial for ensuring operational readiness, as vehicles will be utilized for scheduled exercises and must be available with flexible rental options. Interested vendors must submit their capabilities and company information by 1:00 PM Central Time on October 29, 2024, to the designated government contacts, and must be registered in the System for Award Management (SAM) to be eligible for future awards.
    Vehicle Management Data Analysis and Tools
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the Vehicle Management Data Analysis and Tools project, aimed at enhancing vehicle management processes through data analysis and the development of stand-alone database tools. The primary objective is to provide enterprise-level support for the analysis and cleansing of Air Force vehicle management data, as well as to maintain and update various database tools, including the Personal Computer – Vehicle Management Tool (PC-VMT) and the Federal Automotive Statistical Tool (FAST). This initiative is crucial for improving operational efficiency across 257 locations and ensuring high standards of data integrity within the Air Force's vehicle management systems. Interested parties can contact Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with the contract performance period set for 12 months and options for extension available.
    Mobile DICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a mobile Intelligence Mobile Analysis Vehicle (IMAV) designed to support deployable Joint Worldwide Intelligence Communications System (dJWICS) operations. The IMAV must accommodate three to four personnel, be operational within 10 minutes of deployment, and feature off-road capabilities with a payload capacity exceeding 2000 lbs. This vehicle is crucial for enhancing military intelligence operations by providing a secure, mobile platform for real-time communications and situational awareness. Interested parties should submit their capability statements, including company information and relevant experience, to the primary contact, SrA Kristal Powell-Harris, at kristal.powellharris@us.af.mil, or the secondary contact, Margaret Young, at margaret.young.6@us.af.mil, by the specified deadlines.
    New Heavy Construction Machinery (Non-Lease) with On-Site Maintenance & Warranty Plans – Holloman AFB, New Mexico
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking vendors to provide new heavy construction machinery (non-lease) along with on-site maintenance and warranty plans for a prototype project at Holloman Air Force Base in New Mexico. This initiative, authorized under 10 U.S.C. 4022, aims to engage nontraditional defense contractors or small businesses, requiring that at least one-third of the project’s funding comes from non-government sources. The project is critical for developing a business process prototype that will inform future large-scale machinery procurements, ensuring operational efficiency and minimal downtime. Interested vendors must submit detailed proposals, including technical capabilities and pricing, by November 8, 2024, and can contact Greggory Jones or Andrew Waggoner for further information.
    W912ER24R0003 SOLICITATION NOTICE FOR F-18 Super Hornet Procurement D, Package 002 Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA)
    Active
    Dept Of Defense
    The Department of Defense, through the Transatlantic Middle East District (TAM), is soliciting experienced contractors for the Design-Bid-Build (DBB) construction of a new Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA) for the F-18 Super Hornet at Al Jaber Air Base in Kuwait. This project aims to support the fielding of new F/A-18E/F Super Hornet aircraft by constructing essential facilities and related site improvements, all designed in accordance with Unified Facilities Criteria. The estimated contract value ranges between $25 million and $100 million, with a performance period of 613 calendar days from the Notice to Proceed (NTP). Interested contractors can reach out to Sabrina Booker at sabrina.s.booker@usace.army.mil or call 540-667-3182 for further information.
    PR AFNORTH RENTAL VEHICLE
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking rental vehicle services in San Juan, Puerto Rico (PR). The rental vehicles will be used by military and civilian personnel during an exercise from December 6, 2023, to January 3, 2024, at the 156th Wing PRANG, Muniz Air National Guard Base. The rental vehicles are required to support Title 10 Air Force Forces tasked with providing POTUS support as directed by CDR CONR. The contractor must be prepared to operate in areas with significant environmental hazards such as heat and humidity.
    W--PROCUREMENT OF STRAIGHT VEHICLE LEASE SERVICES FOR NCIS FAR EAST FIELD OFFICE, VARIOUS LOCATIONS, JAPAN.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Naval Facilities Engineering Command Far East (NAVFAC FE) is seeking a firm fixed price contract for vehicle lease services in various field offices in Japan. The contractor will provide sedans (4 each), sports utility vehicles (2 each), and vans (3 each) for a base period of 8 months with two one-year option periods. The vehicles must be delivered by September 30, 2019. Interested offerors can access the solicitation on Asia Navy Electronic Commerce Online (AsiaNECO) or Federal Business Opportunities (FBO) websites. Offerors must be registered with the System for Award Management (SAM) to be eligible for a contract award.
    Modular/Mobile Trailer Leasing and Support Services BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) for MacDill Air Force Base in Florida. The procurement involves delivering, installing, maintaining, and dismantling temporary modular facilities, including offices and restrooms, to support command and control activities during building changes. This BPA is crucial for ensuring operational continuity and compliance with federal, state, and military regulations, with a total funding ceiling of $9,999,999.99 over a performance period from October 1, 2024, to September 30, 2029. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses, must submit their quotations by October 30, 2024, and can direct inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 813-828-1674.
    FA821225Q0001 F-16 Fuel Cells
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of four F-16 Fuel Cells, identified by National Stock Number (NSN) 15600122440803WF. This firm fixed-price contract aims to ensure the operational readiness of the F-16 aircraft, which is critical for national defense capabilities. Interested contractors must meet stringent qualification requirements, including submission of a source qualification request package, as the procurement is restricted to prequalified sources, and foreign participation is not permitted. Proposals are due by November 7, 2024, and interested parties should contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information and access to the data package.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing critical support for the F-16 avionics systems. The contractor will be responsible for systems integration, technical services, and sustainment activities to ensure operational readiness and reliability of avionics testing systems utilized by the U.S. Air Force and allied forces. This initiative is vital for maintaining mission capabilities and addressing obsolescence issues within the avionics systems, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties should direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or Shauna Vanderschaaf at shauna.vanderschaaf@us.af.mil, with a deadline for questions set for October 1, 2024, and proposal submissions due by November 15, 2024.