Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOLICITATION NOTICE

W -- Rental of 6 Medium Duty Cargo Vans

Notice Date
11/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0001
 
Archive Date
12/24/2002
 
Point of Contact
Barbara Bowles, Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for the rental of six (6) medium-duty cargo vans. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. All quotes must reference the Request for Quotation number USZA92-03-T-0001. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-09 is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System Code (NAICS) is 53212. Size Standard is $5 million. This requirement is 100% set aside for small business. REQUIREMENT: Rental of six (6) medium-duty cargo vans, to include unlimited mileage, maintenance, upkeep and current vehicle inspection as required by the state in which the vehicles are registered. The average mileage of the vans is estimated at 12,000 miles per van, per year. All vehicles provided under this order shall not be older than model year 2002 and shall comply with the requirements in FAR 52.208-5. Each van shall have sliding side doors, dual rear panel doors, two front seats, air conditioning, automatic transmission, minimum V6 engine and standard sound system. Maintenance coverage shall include provision for replacement vehicle in the event of mechanical breakdown requiring repair time of greater than twenty-four hours. The vans shall be in two configurations as follows: CLIN 0001 - Quantity (2) each - Min wheel base 135", Max wheel base 140", Max Cab height 81", Overall length not more than 212", Max width 79.5", Min cargo space 170 cu ft, Payload capacity not less than 1600 lbs. CLIN 0002 - Quantity four (4) each - Extended cargo space, Min wheel base 135", Max wheel base 140", Max Cab height 81", Overall length not more than 232", Min cargo space 220 cu ft., Max width 79.5", Payload capacity not less than 1600 lbs., Vehicles shall be delivered to the government licensed and tagged by the contractor. It shall be the contractor's responsibility to maintain current state tags on all vans provided under this order. The government will register the vehicles with the Fort Bragg Provost Marshall's office and provide the vans with vehicle registration decals which will be placed on the vehicle's windshield. RENTAL PERIOD: The vans will be used in support of HQ USASOC, Fort Bragg, North Carolina from 1 January 2003 - 31 Dec 2003 with four (4) one-year option periods. DELIVERY/ ACCEPTANCE: The contractor shall have available a facility in the Fort Bragg/Fayetteville, NC area to facilitate vehicle pick up and delivery and vehicle turn in for maintenance, upkeep and vehicle inspections as required by the state in which the vehicles are registered. A government point of contact for coordination will be provided at the time of contract award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: "Quotes will be evaluated as to price. Award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government"; 52.212-3 Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000 Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.208-6 - Marking of Leased Vehicles; 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, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside; 52.217-9 Option To Extend The Term Of The Contract - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years; 52.217-5 Evaluation of Options; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. Additionally, DFARS 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 9 December 2002. Fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Barbara L. Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Place of Performance
Address: HQ US ARMY SPECIAL OPERATIONS COMMAND, FORT BRAGG, NC
Zip Code: 28310
Country: USA
 
Record
SN00210163-W 20021124/021122213601 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.