Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

23 -- Truck Lease

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503
 
ZIP Code
20503
 
Solicitation Number
EOPOA-24012
 
Response Due
5/26/2004
 
Archive Date
6/10/2004
 
Point of Contact
Lynnae Roscoe, Contracting Officer, Phone 202-395-7670, Fax 202-395-3982, - Cynthia Tarr, Contract Specialist, Phone 202-395-7666, Fax 202-395-3982,
 
E-Mail Address
lynnae_c._roscoe@oa.eop.gov, cynthia_r._tarr@oa.eop.gov
 
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. Solicitation No. EOPOA-24012 is issued as a Request for Proposals (RFP). Potential offerors please note that this solicitation was revised from EOPOA-24008 to remove restrictive requirements and change specifications and quantities. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 01-23. The Executive Office of the President, Office of Administration, is seeking offers for the commercial lease of cab and chassis trucks with box to meet the official business needs of the organization. Intended lease period is 5 years; however contract shall be funded for a base year with four, one-year option periods, subject to availability of appropriated funds and contractor performance. The following vehicles are required: 0001: QTY 2, four-wheel drive trucks, 12-14 ft., 15000-18000 GVW or more with modified box; 0002: QTY 2, two-wheel drive trucks, 12-14 ft., 15,000-18,000 GVW or more with modified box; 0003: QTY 1, two-wheel drive truck, 12-14 ft., 15,000-18,000 GVW or more with standard box; 0004: QTY 1, four-wheel drive truck, 12-14 ft., 15,000 ? 18,000 GVW or more with standard box; 0005: QTY 1 two-wheel drive truck, 18 ft., 18,000 ? 21,000 GVW or more with standard box. Standard features on all vehicles to include: Automatic transmission, dual exterior rear/side view mirrors, factory-installed heat/air conditioning, AM/FM radio, power lift, 4000 lb. rail lift gate, tinted windows, heavy-duty suspension, large capacity fuel tank, heavy-duty battery, heavy-duty cooling system, power steering, power brakes, body sound insulation, all-season radial tires with spare, diesel or gasoline powered. All boxes to include tie-down holders and/or cargo tie-down rails. Trucks requiring a modified box shall not exceed a maximum height of 10' , ?? with a minimum floor height of 3'10? (Diagram available from the Contracting Officer). Extended 5-year warranty or 100,000 miles is desirable, but not mandatory. Average mileage of current vehicles is 1,170 per month. All trucks to be delivered to Washington, DC within 120 days or as agreed to by the parties. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provision at 51.212-2 Evaluation?Commercial Items applies to this procurement. The Government will evaluate all items for best value and lowest cost alternative, including capability for expedited delivery. Cost will be evaluated for the full 5 year term. Award will be made by contract line item and multiple awards may be made. The EOP reserves the right not to award a line item or order less or additional quantities of a line item. Proposals shall include contractor lease terms and conditions, delivery date, product literature, three recent references of similar or relevant contracts with contact person and phone number, and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items. The Clauses at 52.212-4, Contract Terms and Conditions?Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. The following clauses from 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act Supplies; 52,225-5 Trade Agreements; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. The Contract shall also incorporate the following FAR clauses: 52.208-4, Vehicle Lease Payments; 52.208-5, Condition of Lease Vehicles; 52.208-6, Marking of Leased Vehicles; 52.228-8, Liability and Insurance?Leased Motor Vehicles; 52.217-9, Option to Extend the Term of the Contract; and 52.217-7, Option for Increased Quantity?Separately Priced Line Item. The Contract shall also incorporate the following clause: Advertising of Award: The contractor shall not refer to this award in commercial advertising, or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President, the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the contractor is restricted from reproducing the image(s) of the EOP in any form of commercial advertising, or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer. Proposals are due by 4:00 PM, Wednesday, May 26, 2004 and must be sent by UPS or Federal Express to the following address: GSD-RDF, GSA Supply Center, 6810 Loisdale Road, Bldg. A, Door 17, Attn: Lynnae Roscoe, Springfield, VA 22150. Questions concerning this solicitation may be referred to Lynnae Roscoe at 202-395-7670.
 
Place of Performance
Address: 725 17th Street, NW, Washington, DC
Zip Code: 20503
 
Record
SN00584882-W 20040514/040512212515 (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.