Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2003 FBO #0453
SOLICITATION NOTICE

W -- Lease/Buy Regenerative Air Sweeper

Notice Date
2/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
F31610-03-Q0176
 
Response Due
3/11/2003
 
Archive Date
3/26/2003
 
Point of Contact
Jennifer Mapp, Contract Specialist, Phone 919-722-5410, Fax 919-722-5414, - Steve Murphy, Operations Team Leader, Phone 919-722-5405, Fax 919-722-5403,
 
E-Mail Address
jennifer.mapp@seymourjohnson.af.mil, steve.murphy@seymourjohnson.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; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this project is F31610-03-Q0176 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-16, dated 27 March 00. The North American Industry Classification System (NAICS) code is 532490 (for coding purposes only) and the small business size standard is $6 Million. This procurement is for a lease to buy of a Regenerative Air System Airfield Sweeper. The unit must use a closed-loop regenerative air system with centrifugal dust separator to ensure all the debris and fines from an airfield surface are deposited into the hopper allowing the cleaned air to blast the pavement surface again. The vehicle must have as a minimum the following features: 2003 Model, 190 HP diesel engine with automatic transmission; dual power steering; air horn; dual air brakes; dual rear tires; air conditioning; heated electric adjustable mirrors controllable from both sides of cab; dual tilt steering wheel; cruise control and AM/FM radio; turbocharged 115 HP diesel auxiliary engine; gutterbroom tilt adjusters on right and left side; gutter broom extensions on right and left side; Hi/Low pressure wash down system; hopper deluge system (with four hopper deluge nozzles); high output water system; electric linear actuator throttle for rear engine; auxiliary hand hose (8 inch with auxiliary electric hydraulic boom); serrated ring; extra hopper nozzle; electric heated mirrors on both left side and right side; air purge system; non-broom assisted pick up head, reverse pick up head chains; dump switch in cab; high capacity two slot dust separator; fire extinguisher; hopper drain system, color: white. The following provisions apply to the acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial. Offers shall submit the following information: (1) Price of a lease to buy agreement based on a five (5) year annual payment plan with a end of lease buy-out price of $1.00; (2) a out-right purchase price and (3) the number of days necessary for delivery; however, delivery must be made within 30 days after notice of award. The Offerors shall provide warranty information, and any descriptive literature, which details specifications of vehicle being offered. FAR 52.212-2, Evaluation ? Commercial Items, the Government will award a contract resulting from this combined synopsis/solicitation to the responsible offer whose proposal, conforming to this request, will offer the best value to the Government, to include FAR 52.217-5, Evaluation of Options, delivery time and warranty. The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/VFFARa.htm. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR clause 52.208-4, Vehicle Lease Payments, FAR Clause 52.208-5, Condition of Leased Vehicles, FAR Clause 52.208-6, Marking of Leased Vehicles, and FAR clause 52.208-7, Tagging of Leased Vehicles, FAR 52.217-8, Options to Extend Services, FAR 52.217-9, Option to Extend the Term of Contract, FAR 52.232-18, Availability of Funds and FAR 52.232-19, Availability of Funds for the Next Fiscal Year. REQUIREMENTS TO BE PROVIDED: (1) Lease to Buy Pricing Information, (2) Out-Right Purchase Price, (3) Delivery Information (4) Warranty Information, (5) Descriptive Literature and (6) Representations and Certifications. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can obtain the Representations and Certifications Commercial Items FAR 52.212-3 by submitting request via facsimile at 919-722-5414, Attn: A1C Jennifer Mapp or via Internet at http://farsite.hill.af.mil/VFFARa.htm. SUBMIT COMPLETE PACKAGE, BY MAIL TO: 4th Contracting Squadron/LGCA, Attn: A1C Jennifer Mapp (F31610-03-Q0176), 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC 27531-2749. NO FACSIMILIES ACCEPTED. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). Interested parties must submit any questions in writing via e-mail (preferred method) to: jennifer.mapp@seymourjohnson.af.mil or by the U.S. Postal Service. All requests must include a telephone number, full mailing address with nine-digit zip code, and current business classification (small business, small disadvantaged business, etcs.). All quotations are due at 4:00 p.m. on 11 Mar 03. To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html or by calling the CCR Registration Centers at 1-888-227-2423.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/F31610-03-Q0176/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, NC
Zip Code: 27531
Country: United States
 
Record
SN00266237-F 20030228/030226220650 (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.