Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

V -- Lease Trucks

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
F3M5TR5070A21
 
Response Due
8/16/2005
 
Archive Date
8/31/2005
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M5TR5070A2 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-04. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 532120, and the small business size standard is $21M. (v) This requirement consists of one Line Item: Pick-up Truck Rental Quantity: 2 each. (vi) Description: HEAVY DUTY CREW CAB 167? WB 4X4, REAR STEP BUMPER, 40/20/40 FRONT BENCH SEAT, TILT WHEEL, CRUISE CONTROL, AIR CONDITIONING, AM/FM, STEREO CD, 9200# GVWR, DIESEL V8, 5-SPEED ALLISON AUTOMATIC TRANSMISSION, ABS BRAKES, 3.73 REAR AXLE RATIO, LT245/75R16E ON-OFF ROAD TIRES, DUAL HD BATTERIES, AUXILIARY TRANSMISSION OIL COOLER, HIGH CAPACITY AIR CLEANER, ENGINE BLOCK HEATER, SKID PLATE PACKAGE HD TRAILERING EQUIPMENT. AVERAGE YEARLY MILEAGE IS EXPECTED TO BE APPROXIMATELY 15,000.00 PER YEAR. Request pricing to be submitted on a monthly basis for rental of two trucks. (vii) This requirement consists of a one-year performance period from 1 September 2005 through 31 August 2005. FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation ? Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation procedures outlined in FAR Part 12 and 13.5 shall apply to this acquisition. The following factors shall be used to evaluate offers: (1) Past Performance and (2) Price. Past performance is significantly more important than price. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application ? ORCA ? at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (14), (15), (18-20), (23), (24), (31), c(1) and c(2) . (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. The following clauses also pertain to this acquisition: FAR 52.208-4, Vehicle Lease Payments; 52.208-5, Condition of Leased Vehicles; 52.208-6, Marking of Leased Vehicles; 52.208-7, Tagging of Leased Vehicles; and 52.228-8, Liability and Insurance ? Leased Motor Vehicles. (xvi) The solicitation due date is 16 August 2005, 4:30 PM EST. (xvii) The assigned contract specialist is Cindy Marrette, and can be reached at 910-394-6256 or email lucinda.marrette@pope.af.mil. You may fax your quotes to 910-394-5687 or 6279. Direct any questions to Cindy Marrette at the number above or contact Gail Williams at 910-394-6512
 
Place of Performance
Address: 359 Saberjet Street, Pope AFB, NC
Zip Code: 28308
Country: USA
 
Record
SN00856905-W 20050730/050728212356 (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.