Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

W -- Low Boy Trailer Lease

Notice Date
2/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-03-Q-A013
 
Archive Date
4/8/2003
 
Point of Contact
Tracee Walton, Contract Specialist, Phone 702-652-6003, Fax 702-652-9570, - George Dowdey, Contract Specialist, Phone 702-652-2099, Fax 702-652-9570,
 
E-Mail Address
tracee.walton@nellis.af.mil, george.dowdey@nellis.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 FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation, F26600-03-Q-A013 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13 and Federal Acquisition Circular (FAC) 2001-04. This is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 7519 and the North American Industry Classification System (NAICS) is 532120. The size standard for a small business under this NAICS code is less than or equal to $21.5 million in average annual revenue over a three year period. The Government intends to award a fixed-price contract, base year and four (4) options years on or about 4 April 2003 for lease of a new 60-ton drop neck trailer with the option to buy. The item description is as follows: CLIN 0001- the trailer shall meet the following specifications: minimum Capacity of 51 tons in 12 feet zero (0) inches length, a minimum load base of twelve foot rigid point load centered in deck, framework shall have all main longitudinal members fabricated with 100,000 pounds minimum yield steel flanges with 50,000 pound webs, trailer shall be gooseneck design with hydraulic removable non-ground bearing design and 11 horse power pony engine, the loaded fifth wheel height shall be a minimum of 50 inches nominal with four (4) ride height positions, the swing radius shall be a minimum of 96 inches (11 feet six (6) inches overall gooseneck length), the power source shall be set up for wet line operation, the adjustable ride height shall contain mechanical locks to provide for separate deck/5th wheel heights, the electrical receptacle shall be a seven-pin connector, the deck design shall be flat level, the deck length shall be a minimum of 24 feet zero (0) inches clear deck path, a minimum width of eight (8) feet six (6) inches, a minimum loaded deck height of 22 inches for the deck and six (6) inches for ground clearance, the flooring shall be a minimum of 1-1/2 inches nominal apitong (side rails only), front ramps none- the front of deck shall be sloped top down to assist in loading with traction cleats, the front bogie ramps shall be standard, the extension brackets shall be the following- 11 pair 22 total removable swing type; one (1) pair two (2) total heavy-duty removable hook on type, the deck to bogie connection shall be fixed, the number of axles shall be three (3), the axle capacity shall be a minimum of 25,000 pounds nominal capacity each, the axle shall be dual wheeled and have a minimum spread of 54-1/2 inches (between axles), the brakes shall be with autoslacks; extra heavy-duty brake drums; outboard mount, suspension shall be air ride with automatic and manual controls, connections for adding a axle which shall be air and electrical connections to go along with connecting ears, tires shall have still discs, bolsters shall be load bearing all axles, hub piloted, and the boom trough shall consist of the following- V cross members (including front cross member) with bolt in V pan. Commercial warranties are strongly encouraged. Warranty terms shall be included in your response. Offerors are encouraged to submit their most favorable lease terms. The lease will include licensing fees, warranty terms and servicing in the local area. This will be a 60-month lease with the option to purchase. Lease period begins upon delivery. Payments will not begin prior to delivery. All quotes must be submitted in monthly payment format. Offerors are also required to provide at time of quote a spreadsheet that lists buyout costs for each month on a descending basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors shall include with their quotation: A completed copy of the provisions at 52.212-3, Offeror Representations and Certification ? Commercial Items, Attachment 1. Past Performance References, a minimum of three (3), Attachment 2, and Product Literature with specifications of items offered. Offerors who fail to complete and submit Representations and Certifications, Past Performance References (a minimum of three (3)), and Product Literature may be considered non-responsive. The attachments including, the Offerors Representations and Certifications, and Past Performance References Template are available on the Federal Government Electronic Posting Systems (EPS) site at www.eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offerors responsibility to monitor this site for the release of amendments (if any). Quotes shall include F.O.B. destination, delivery time, and prompt payment terms. The following clauses apply to this solicitation: Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (ii) Past Performance (iii) Warranty Terms. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision); FAR 52.212-3, Offeror Representation and Certifications- Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 30 September 2003 . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2003, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer (End of clause); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination; FAR 52.228-8, Liability and Insurance?Leased Motor Vehicle (May 199); FAR 52.208-4, Vehicle Lease Payments (April 1984); FAR 52.208-5, Condition of Leased Vehicles (April 1984); FAR 52.208-6, Marking of leased Vehicles (April 1984); FAR 52.208-7, Tagging of Leased Vehicles (May 1986); FAR 52.217-5, Evaluation of options; FAR 52.217-9, Option to extend the term of the contract; FAR 52.225-13, Restrictions on certain foreign purchases; FAR 52.233-3, Protest after award; FAR 52.243-1, Changes- fixed-price; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil All contractors must be registered in the Central Contractor Registration (CCR) database and have a Dun & Bradstreet number to receive a DOD award or payment. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505 and may register over the Internet at http://www.ccr.gov. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Lack of registration in CCR will make an offeror ineligible for award. Quotes and all amendments if any, must be signed, dated and submitted in writing no later than 24 March 2003 at 1400 Pacific Standard Time, to the 99th Contracting Squadron, 5865 Swaab Blvd. Nellis AFB, NV 89191, attention Travis Dean. Quotations including all required information may be sent by facsimile at (702) 652-9570. Point of contact- Contracting Specialist, Travis Dean at (702) 652-5352, e-mail travis.dean@nellis.af.mil or Contracting Officer, Mr. George D. Dowdey (702) 652-2099, e-mail george.dowdey@nellis.af.mil, for information regarding this combined synopsis/solicitation.
 
Place of Performance
Address: 5865 Swaab Blvd., Nellis AFB NV,
Zip Code: 89191-7063
Country: U.S.
 
Record
SN00262132-W 20030222/030220213348 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.