Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2003 FBO #0410
SOLICITATION NOTICE

23 -- Heavy Rescue Truck

Notice Date
11/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
F45613-03-Q-A003
 
Response Due
12/16/2002
 
Point of Contact
Norman Jordan, contract specialist, Phone 657-2620, Fax 247-8685, - Laurie Whelan, Contracting Officer, Phone (509)247-3859, Fax (509)247-8685,
 
E-Mail Address
norman.jordan@fairchild.af.mil, laurie.whelan@fairchild.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation F45613-03-Q-A003 is issued as a request for quotation, utilizing Simplified Acquisition Procedures in FAR Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The North American Industry Classification System Code (NAICS) is 336120. The small business size standard is 1000 employees. This acquisition is 100% small business set aside. Unit Small Business specialist is Ms. Marion Nelson (509) 247-4880; link to USAF Small Business, http:// www.selltoairforce.org; link to SBA http://sba.gov; link to public information: http:// www.fairchild.af.mil/lgcons. Fairchild AFB intends to award a contract for the lease of a Heavy Rescue Truck, with option to purchase. Specifications for the rescue truck are attached and must meet NFPA 1901 Standards. Delivery to Fairchild Air Force Base must be prior to 31 August 2003. The provisions at FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998), FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.212-1, Instructions to Offerors, ? Commercial Items (Oct 2000). Quotes shall be submitted in two volumes. Volume I will include a detailed technical description of each component of the truck to ensure conformance with required specifications. Any substitutions or deviations from the specifications shall be fully described and justified. Volume II will include lease terms that describe purchase options, early buy out with no penalty, and provide a formula showing how the purchase price will be established at the time of purchase. Offerors are encouraged to submit their most favorable lease terms. The lease will include taxes, licensing fees, warranty terms and servicing in the local area. Volume II will also include completed Representations and Certifications, as required in FAR 52.212-3 with Alternate I and DFAR 252.212-7000 (accessible at the Air Force FAR Site, http://farsite.hill.af.mil). FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999). The government will evaluate each quote that is responsive to this notice for specification compliance to determine technical acceptability, identifying any strengths or weaknesses that will be taken into consideration when making a best value award decision. Volume I must be determined acceptable, either initially, or after exchanges with offerors, if necessary, to be considered for further evaluation. Lease terms shall be evaluated to determine the completeness and reasonableness of the proposed terms and net price. The Contracting Officer shall make an integrated assessment considering technical capability, lease terms and net purchase price in selecting the offer that conforms to the solicitation and represents the best overall value to the government with technical capabilities being considered significantly more important than lease terms and net purchase price. FAR 52.212-3, Offeror, Representations and Certifications ? Commercial Items (July 2002) with Alternate I (Apr 2002), and FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) apply to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2002) applies to this acquisition; under Para (b), the following clauses are incorporated: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995), (5) 52.219-8, Utilization of Small Business Concerns (Oct 2000), (7) 52.219-14, Limitations on Subcontracting (Dec 1996), (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (12) 52.222-26, Equal Opportunity (Apr 2002), (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (14) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Sept 2002), (21) 52.225-13 Restriction on Certain Foreign Purchases (Jul 2000), (24) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (May 1999). FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Jun 1997), FAR 52.207-5, Option to Purchase Equipment (Feb 1995), FAR 52.208-4, Vehicle Lease Payments (Apr 1984), FAR 52.208-5, Condition of Leased Vehicles (Apr 1984), FAR 52.208-6, Marking of Leased Vehicles (Apr 1984), FAR 52.208-7, Tagging of Leased Vehicles, for vehicles leased over 60 days (May 1986). 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (Jul 1995), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; preliminary notice will be provided at least 30 days before the contract expires. (c) The total duration of this contract ? shall not exceed 5 years. 52.232-17 Interest (Jun 1996), FAR 52.232-18, Availability of Funds (Apr 1984), 52.247-34, F.O.B. Destination (Nov 1991), apply to this acquisition. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2002) is applicable to this acquisition; under Para (a) the following clause is incorporated: 52.203-3 Gratuities (Apr 1984); under Para (b) the following clauses are incorporated: DFAR 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998), DFAR 252.225-7012, Preference for Certain Domestic Commodities (Apr 2002), DFAR 252.247-7023, Transportation of Supplies by Sea (May 2002), and DFAR 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). DFAR 252.204-7003, Control of Government Personnel Work Product (Apr 1992) and DFAR 252.204-7004, Required Central Contractor Registration (Nov 2001) apply to this acquisition. (Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.) DFAR 252.225-7031 Secondary Arab Boycott of Israel (Jun 1992) and DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991) apply to this acquisition. Quotes should be mailed to SrA Norman Jordan at 110 W. Ent St suite 200 Fairchild AFB WA 99011. Quotes are due by 16 December 2002; NLT 4:30 pm. Anticipated award date is 31 December 2002. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JAN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/92CONS/F45613-03-Q-A003/listing.html)
 
Place of Performance
Address: 92 CES/CEF 1001 W Boston RD (Bldg 3) Fairchild AFB, WA
Zip Code: 99011
Country: USA
 
Record
SN00239456-F 20030116/030114220200 (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.