Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

W -- Annual Vehicle Rental

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
Reference-Number-SWCSK5-3105-N006
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
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
AMENDMENT 0001 - The synopsis/solicitation is amended to include apst performance as an evaluation factor and to correct NAICS code and size standard. The effected areas are changed to read: 1) 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 and past performance. Award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government. 2) The North American Industry Classification System Code (NAICS) is 532111. Size Standard is $21.5 million. This requirement is 100% set aside for small business. 3) 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, (3) acknowledgement of any amendments that may be issued, and (4) past performance information. The date for receipt of quotes is not extended.----- SOLICITATION - The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for the rental of three (3) 15 passenger vans and 1 full-size 4x2 pick up truck to include 2? ball type hitch. 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 reference number SWCSK5-3105-N006. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-14. The North American Industry Classification System Code (NAICS) is 532111. Size Standard is $21.5 million. This requirement is 100% set aside for small business. REQUIREMENT: Rental of three (3) 15 passenger vans and 1 full-size 4x2 pick up truck with 2? ball type hitch, to include unlimited mileage, maintenance, upkeep and current vehicle inspections as required by the state in which the vehicles are registered. All vehicles provided under this order shall not be older than model year 2003 and shall comply with the requirements in FAR 52.208-5. Vehicles shall be delivered to the government licensed and tagged by the contractor. It shall be the contractor?s responsibility to maintain current inspections and state tags on all vehicles provided under this order. The government will register the vehicles with the Fort Bragg Provost Marshall?s office and provide vehicle registration decals which will be placed on the vehicle?s windshield. RENTAL PERIOD: The vehicles will be used in support of the 1st Special Warfare Training Group, Fort Bragg, North Carolina 1 Oct 03 ? 30 Sep 04. Quotes shall be submitted showing monthly price per vehicle, and total price. DELIVERY/ ACCEPTANCE: The contractor shall have available a facility in the local 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: It is the contractor?s responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. 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 and past performance. 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; 52.228-8 Liability and Insurance ? Leased Motor 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; 52.232-18 Availability of Funds; 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, 15 August 2003. E-mail submissions will be accepted at bowlesb@soc.mil; (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, (3) acknowledgement of any amendments that may be issued, and (4) past performance information. 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: US Army Special Operations Command, Fort Bragg, North Carolina
Zip Code: 28310
 
Record
SN00390305-W 20030803/030801214126 (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.