Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOLICITATION NOTICE

23 -- 16 Passenger Bus Lease

Notice Date
11/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F3P3BA5290A2
 
Response Due
11/10/2005
 
Archive Date
11/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award a contract for the leasing of an 16 passenger bus. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation number F3P3BA5290A200 is issued as a request for quotation (RFQ). This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-22&23. The SIC Code is 5012, the NAICS code is 423110, and the size standard is 500 employees. The contract is for the leasing of one 16 passenger van with the following equipment: High back (fully reclining), forward facing, black leather Executive seats with DOT standard seatbelts. One 26? LCD main television and four flip down 15? monitors. One interior installed programmable scrolling marquee. Wood trimmed entertainment center with installed DVD player, VCR, PA system, AM/FM/CD stereo, 8 speakers and hand microphone. One heavy duty generator to accommodate sustained air conditioning while idling. Carpeted flooring along with beverage center(cooler type). Bus will have enclosed closet/luggage hanging area and a electronically operated main entry door. Design free, color: white with two roof-mounted air conditioners. Diesel driven with street facing exhaust pipe. Government must have option to adhere ?shrink wrap? applique. Award is anticipated on 10 Nov 05. Interested persons may express their interest and capability to respond to the requirement or submit proposals within (10) calendar days after date of publication of this notice of intent. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision is lowest price technically acceptable. The resultant single award shall be placed with the offeror that represents the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.219-1, Small Business Program Representations, 52.219-1 Alternate I, Small Business Program Representation, which can be found at http://www.arnet.gov/far. 52.212-4, Contract Terms and Conditions- Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: Administrative changes such as paying office, appropriation data, etc. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration. 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification, 52.252-2, Clauses Incorporated by Reference (Feb 1998). DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications/Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Requests for Equitable Adjustment. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Quotes are due 10 Nov 05 not later then 12:30 P. M., Central Standard Time (CST), and should reference the solicitation listed above. Offerors must include with their quote, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation and DFARS 252.212-7000, Offeror Representations and Certifications/Commercial Items. POC for this requirement is SSgt Cory Chandler, 210-652-5171, cory.chandler@randolph.af.mil or fax (210) 652-5135.
 
Place of Performance
Address: 651 NW Thruway HGR 73, Randolph AFB, TX
Zip Code: 78150
Country: United States
 
Record
SN00924338-W 20051103/051101211801 (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.