Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
MODIFICATION

W -- Lease with the option to buy of Medium Fire Rescue Vehicle

Notice Date
1/22/2004
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116
 
ZIP Code
80912-2116
 
Solicitation Number
Reference-Number-F35CER30980600
 
Response Due
2/27/2004
 
Archive Date
3/13/2004
 
Point of Contact
Debora Creadeur, Contracting+Specialist, Phone 719-567-3436, Fax 719-567-3438, - Kris Kohlhoff, Contracting Officer, Phone 719-567-3828, Fax 719-567-3438,
 
E-Mail Address
debora.creadeur@schriever.af.mil, kris.kohlhoff@schriever.af.mil
 
Description
This is a combined synopsis and solicitation for the following commercial items: The lease with the option to buy of a Pierce Manufacturing Incorporated A/S32P-30 Medium Rescue Truck (MRT) "OR EQUAL". All technical criteria required by NFPA 1901 and Commercial Item Description (CID) A-A-59152, 09 January 1998 must be met. For clarification purposes, Commercial Item Description A-A-59152, Paragraph 6.1 Options, the following items are specified: Paragraph 6.1.1(a) Rearward red warning lights shall remain red. Paragraph 6.1.1(b) All red warning lights shall remain red. Paragraph 6.1.1(c) A cab air conditioning system is required. Paragraph 6.1.1(d) Heated outside rear view mirrors are required. Paragraph 6.1.1(e) A winterization system is required. Paragraph 6.1.1(f) Finish color of the vehicle is Red. For a copy of the CID A-A-59152, 09 January 1998, call or e-mail Debora Creadeur or Kris Kohlhoff via contact information below. Monthly payments should be based on a lease for one base year and 4 option years. The Government is contemplating an early buy out. Proposals should state the monthly payment amount. Proposals should also state the buy out price for 1 October of the 4th and 5th years of the lease term, as well as the buy out price at the end of the lease term. This synopsis and solicitation is 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; proposals to include all specifications and lease terms are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). Offerers must send a past performance survey to (3-5) customers for direct submission to this office. Surveys may be obtained from the points of contact listed below. Submission of past performance information is necessary for evaluation. Submit written offers (oral offers will not be accepted), for RFP F35CER30980600. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFARS Change Notice 20030722. North American Industrial Classification Standard 423850, Size Standard, 500 employees, applies to this procurement. FOB: Destination 1 September 2004 for delivery to MSgt Lopez/ FD Logistics, 50 CES/CEF, 300 O'Malley Ave STE19, Schriever AFB, CO 80912. The provisions at FAR 52.211-6, Brand Name or Equal, apply to this solicitation. The provisions at FAR 52.209-6, Protecting the Government's Interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, apply to this solicitation. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial Items, apply to this solicitation. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this solicitation with the following criteria: "All technical criteria must be met. Past performance will be equal when compared to price." The provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5 and 52.212-5(Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-8, Option To Extend Services; FAR 52.217-9, Option To Extend The Term Of The Contract; 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 and FAR 52.222-26 Alt I, Equal Opportunity; FAR 52.222-35 and FAR 52.222-35 Alt I, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; FAR 52.225-13 and FAR 52.225-13(Dev) Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability Of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 and FAR 52.233-3 Alt I, Protest After Award. The clause at FAR 52.247-34, FOB Destination, applies to this solicitation. The clause at FAR 52.252-2, Clauses Incorporated By Reference, applies to this solicitation. The clause at FAR 52.252-6, Authorized Deviations in Clauses, applies to this solicitation. The clause at FAR 52.207-5, Option to Purchase Equipment, applies to this solicitation. The clause at FAR 52.208-4, Vehicle Lease Payments, applies to this solicitation. The clause at FAR 52.208-5, Condition of Leased Vehicles, applies to this solicitation. The clause at FAR 52.208-6, Marking of Leased Vehicles, applies to this solicitation. The clause at FAR 52.208-7, Tagging of Leased Vehicles, applies to this solicitation. The clause at DFARS 252.203-7003, Control Of Government Personnel Work Product; DFARS 252.204-7004, Required Central Contractor Registration, applies to this solicitation. The clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, applies to this solicitation. The clause at DFARS 252.212-7001 and DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. All quotes must be emailed to Debora Creadeur at debora.creadeur@schriever.af.mil or Kris Kohlhoff at kris.kohlhoff@schriever.af.mil or faxed in at 719-567-3438. Additional information may be requested at 719-567-3436 or 719-567-3828. Quotes are required to be received no later than 9:00 AM MST, Friday, February 27, 2004.
 
Place of Performance
Address: MSgt Lopez/ FD Logistics, 50 CES/CEF, 300 O'Malley Ave STE19, Schriever AFB, CO
Zip Code: 80912
Country: USA
 
Record
SN00508071-W 20040124/040122212303 (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.