Canadian Automobile Insurance
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Dec 12, 2024 11:10 am EST
- Original Published Date: Dec 05, 2024 09:54 am EST
- Updated Date Offers Due: Dec 17, 2024 12:00 pm EST
- Original Date Offers Due: Dec 16, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 01, 2025
- Original Inactive Date: Dec 31, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code: G009 - SOCIAL- NON-GOVERNMENT INSURANCE PROGRAMS
- NAICS Code:
- 524210 - Insurance Agencies and Brokerages
- Place of Performance: Washington , DC 20590USA
Description
This synopsis is modified to include a cascading small business set-aside.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisitions Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. Quotations are being requested and no further written solicitation will be issued. The solicitation number is 693JJ425Q000003 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thought the Federal Acquisition Circular 2025-01. The associated North American Industry Classification System (NAICS) code is 524210. The size standard is $8.0M.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-01 effective 11/27/2024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The FAR clauses may be accessed in full text at these addresses http://www.acquisition.gov/far/. The full text of the Transportation Acquisition Regulations (TAR) (1252.) can be found at: TAR | Acquisition.GOV
The Federal Motor Carrier Safety Administration (FMCSA) has a requirement to obtain Canadian Travel Liability Automobile Insurance for 39 Government Operated Vehicles (GOV). These Government Vehicles are all registered in the United States. However, Canadian Law requires that all U.S, and employees operating a GOV in Canada be covered by a Canadian Insurance policy. The referenced vehicles are used to conduct official business only. Each provincial government in Canada determines the mandatory benefits and the minimum amount of coverage that is required for each policy.
Cascading small business set-aside provision:
a. If the government receives offers from two (2) or more qualified small businesses (Small Business Concerns) that are determined to be capable of performing the requirements at fair and reasonable prices, the award will be set aside exclusively for small businesses.
Full and Open Competition:
If no acceptable offers are received from small business concerns under this cascading procedure, the requirement may be competed on a full and open basis.
- Evaluation and Award:
a. The government reserves the right to determine whether offers are technically acceptable and provide the best value to the government.
b. Offers from businesses that are not considered small businesses will only be evaluated if the small business set-aside thresholds described above are not met. - Certification and Verification:
Offerors must certify their business size status in the System for Award Management (SAM) and provide verification of eligibility for any applicable small business socioeconomic categories at the time of submission.
FMCSA invites your company to submit a quote on a firm fixed priced basis in accordance with the attached Statement of Work (Attachment 1).
Basis For Award – Award will be made to the responsible quoter on a lowest price, technically acceptable basis. The Government intends to evaluate quotes and award a purchase order without discussions. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
Quotation Submission Instructions:
Instructions to Offerors – Commercial Items, The quotation shall include detailed information on the coverage terms, conditions, and limits. Quoters shall submit a firm-fixed price quotation for the specified services in the SOW for the following periods:
- CLIN 00001: Base Year
- CLIN 00002 (OPTION): Option Year One
- CLIN 00003 (OPTION): Option Year Two
- CLIN 00004 (OPTION): Option Year Three
- CLIN 00005 (OPTION): Option Year Four
Contract award cannot be made to any contractor not enrolled in the System for Award Management (SAM) database. Https://www.sam.gov/. FMCSA will conduct a streamlined evaluation of the quotations submitted in response to this request for quotation.
The Period of Performance is a 12-month base period with four one (1) year option periods.
QUOTE SUBMISSION
Please submit your quotation to the attention of the Contract Specialist Kyle Kohnke via email, to Kyle.Kohnke@dot.gov and Marlon.Nibbs@dot.gov on or before 12:00 PM Eastern Standard Time on Monday December 17, 2024.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Kyle Kohnke via email, to Kyle.Kohnke@dot.gov no later than Monday December 9, 2024 at 12:00 am EST. Any questions received after this date are not guaranteed to be addressed.
Attachments:
Attachment 1 – Statement of Work
Attachment 2- Solicitation Provisions And Contract Clauses
Attachments/Links
Contact Information
Contracting Office Address
- OFFICE OF ACQUISTION MANAGEMENT 1200 NEW JERSEY AVE. MC-MBA
- WASHINGTON , DC 20590
- USA
Primary Point of Contact
- Kyle Kohnke
- Kyle.Kohnke@dot.gov
Secondary Point of Contact
- Marlon Nibbs
- Marlon.Nibbs@dot.gov
History
- Jan 02, 2025 12:00 am ESTCombined Synopsis/Solicitation (Updated)
- Dec 05, 2024 09:54 am ESTCombined Synopsis/Solicitation (Original)