Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

W -- Leasing of Trucks for Field Studies

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Interior, U. S. Geological Survey, U. S. Geological Survey, 12201 Sunrise Valley Drive, Reston, VA, 20192
 
ZIP Code
20192
 
Solicitation Number
04CRSS0009
 
Response Due
4/13/2004
 
Archive Date
4/28/2004
 
Point of Contact
Vicki Holland, System Administrator - Denver, Phone (303) 236-9320, Fax (303) 236-2710, - Karla McGovern, System Administrator - Reston, Phone (703) 648-7390, Fax (703) 648-7901,
 
E-Mail Address
Vicki.J.Holland@usgs.gov, kmcgovern@usgs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
POC: Randa Usel, U.S. Geological Survey, Box 25046, MS 204B, Denver, CO, 80225, Telephone: (303) 236-9318, FAX: (303) 236-2710, e-mail: rusel@usgs.gov. 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 is 04CRSS0009 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. This procurement is 100% set-aside for small business concerns, the NAICS code is 532120 and the size standard is $21.5 million. This is a firm-fixed price contract for leasing 48 vehicles as described below for approximately 3.5 to 4.5 months for each vehicle and includes an option to extend services for 1 month for each vehicle. The following specifications are considered essential for each item. The line items are as follows: 0001 Lease of 5 4X4 three quarter ton trucks with extended cab, towing package, and 6-ply or better tires. Lease period from May 1, 2004 to September 15, 2004 (4.5 months each); 0002 Lease of 3 4X4 compact pickups with camper shells. Lease period from May 9, 2004 through August 16, 2004 (3.5 months each); 0003 Lease of 20 4X4 half ton trucks with extended cab and 6-ply or better tires. Lease period from May 20, 2004 through August 31, 2004 (3.5 months each);0004 Lease of 15 4X4 half ton trucks with extended cab and 6-ply or better tires. Lease period from May 20, 2004 through September 15, 2004 (4 months each);0005 Lease of 5 4X4 three quarter ton trucks with extended cabs, towing package, and 6-ply or better tires. Lease period from May 20, 2004 through September 15, 2004 (4 months each). SCOPE OF WORK: All vehicles must be delivered FOB destination to Glacier National Park, Glacier Field Station, West Glacier, Montana, before the beginning of the lease period. All vehicles shall be collected from Glacier National Park, Glacier Field Station, West Glacier, Montana, when the lease expires. The contractor shall coordinate the delivery and collection of the vehicles with the government point of contact to be provided at the time of award. The contractor shall remove all vehicles from Federal property within 5 calendar days after the lease expires. Failure to remove the vehicles will result in the government removing them to a storage facility and back charging the contractor for the cost incurred. The contractor shall have all vehicles licensed and tagged before delivery. Acceptance of the services shall be performed by the Contracting Officer?s Representative. The provision 52.212-1, Instructions to Offerors ? Commercial applies to this acquisition. Offerors must submit all the information contained in this provision including: (1) confirmation of the quantity of vehicles to be delivered by day one of the lease period for each line item; (2) product literature addressing each of the required specifications cited for each line item listed above along with all standard leasing terms and conditions for each line item; and (3) past performance information on 3 similar contracts including government contracts currently performed or completed within the last 3 years. Information shall include, contract number, point of contact, telephone number, and amount and duration of the contract. Offeror shall provide references that are contactable. Failure to do so may result in non-consideration for the award. Paragraph (m) of this provision provides for multiple awards. The government may make multiple awards to obtain the best combination possible to meet the day one lease period requirement for each line item. The government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. The government?s preference is to make one award for all quantities. BASIS OF AWARD: The government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation requirements will be most advantageous to the government price and other factors considered. The following factors will be used to evaluate offers: (1) Capacity of the offeror to provide the items by day one of the leasing period for each line item; (2) Required specifications for each line item and standard leasing terms are acceptable; (3) Past performance of the offeror; and (4) Price. The total evaluated cost shall include all items listed including the 1 month option to extend services. Evaluation of the 1 month option extension shall not obligate the government to exercise the option. A complete copy of provision 52.212-3, Offeror Representations and Certifications ? Commercial Items shall be submitted with the offer. A response must be provided for each section. FAR Clause 52.212-4, Contract Terms and Conditions applies to this acquisition. The following FAR clauses which are contained in Far Clause 52.232-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, apply to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate 1 (Oct 1995); 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.219-8 Utilization of Small Business Concerns (Oct 2000); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.222-21 Prohibition on Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003); 52.232-33 payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). The following clauses are added as an addendum: 1452.203-70 Restrictions on Endorsements ? Department of the Interior (July 1996); 52.203-3 Gratuities (Apr 1984); 52.208-4 Vehicle Lease Payments (Apr 1984); 52.208-5 Condition of Leased Vehicles (Apr 1984); 52.208-6 Marking of Leased Vehicles (Apr 1984); 52.217-8 Option to Extend Services (Nov 1999)(Modified): The Government may require continued performance of any services within the limits and at the rates specified in the contract. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 1 month. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days of the expiration of the lease period. (End of Clause); 52.228-08 Liability and Insurance ? Leased Motor Vehicles (May 1999); 52.247-34 FOB Destination (Nov 1991). All offers shall be sent to the U.S. Geological Survey, Branch of Acquisitions and Grants, MS 204B, P.O. Box 25046, Denver Federal Center, Denver, Colorado, 80225. ATTN: Randa Usel. Facsimile offers will be accepted at (303) 236-2710 or e-mailed to rusel@usgs.gov. All offers are due by 12:00 pm, local time, Denver, Colorado, on April 13, 2004. Full text of all clauses may be accessed electronically at http://www.arnet.gov/far/. See note 1.
 
Place of Performance
Address: Glacier National Park, Glacier Field Station, West Glacier, Montana
Zip Code: 59921
Country: USA
 
Record
SN00555174-W 20040328/040326212552 (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.