Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2005 FBO #1138
SOLICITATION NOTICE

W -- Lease of Generators

Notice Date
1/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-05-Q-0024
 
Response Due
1/13/2005
 
Archive Date
3/14/2005
 
Small Business Set-Aside
N/A
 
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; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W91248-05-Q-0024 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular 01-27. Acquisition is unrestricted. The NAICS Code is 532490 and the small business size standard is $6,000,000. The Offer Schedule (contract line item number(s), items, quantities, and units of measure), Performance Work Statement (PWS), and Wage Determination 94-2229 for Vernon Perish, LA. can be accessed at website http://www.campbell-doc.army.mil. Requirement is for leasing, repair and maintenance of generators. Performance period is from 24 January to 15 May 2005. Performance is requir ed to start on or about 24 January 2005. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted; Paragraph (b)(10), the following text is added, Subm it financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of the services provided, the length of the contract or agreement, and the dollar value. This information will be used to determine responsibility for the successful offeror. This provision is further addended to incorporate 52.252-1 Solici tation Provisions Incorporated by Reference (Fill-in information - www.farsite.hill.af.mil); and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 EvaluationCommercial Items is applicable; evaluation factors a re Technical (consisting of Availability and Response Time for Maintenance and Repair) and Price. Availability sub-factor is slightly more important than Response Time sub-factor; when Availability and Response Time are combined, Technical Factor is sligh tly more important than Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be regi stered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Item s, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items, with offers. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.228-5 InsuranceWork on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information  www. farsite.hill.af.mil); 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252-242-7000 Post award Conference; and 252.24 3-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the cla use also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 52.222-41 Servi ce Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Small Engine Mechanic, Monetary Wages-Fringe Benefits, $13.24/$3.00; Fork Lift Operator, Monetary Wages-Fringe Benefits, $11.00/$2.49; General Clerk, Monetary Wages-Fringe Benefits, $8.31/$1.88 ). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the followin g additional DFARS clauses cited within the clause are also applicable: 252.232-7000 Electronic Submission of Payment Requests; 252.243-7002 Certification of Requests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 4:00 P.M. 13 January 2005. All responsible concerns may submit an offer, which will be considered by the agency. Submit offers to Army Contracting Agency Southern Region, Directorate of Contracting, ATTN: Major Robert Sigle r, 2172 13 ? Street, Fort Campbell, KY 42223-1100. Point of Contact is Major Robert Sigler, 270-798-7881, robert.sigler@us.army.mil.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00730344-W 20050107/050105212107 (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.