Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

W -- Truck rental with snow equipment attachments

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-06-T-0012
 
Response Due
11/25/2005
 
Archive Date
1/24/2006
 
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; proposals are being requested and a written solicitation will not be issued. The standard industrial code is 7513 (NAICS Code 532120) the standard industrial code is $21.5 M. This procurement is Unrestricted. The pricing must be quoted as follows:(NOTE: BID IS FOR 5 MONTH PERIOD FOR 10 VEHICLES PER CLINS) Estimated Quantity Unit Unit Price Amount _______ Mos $________ $_________ CLINS 0001-Quantity 5- Furnish all plant, labor, materials, and equipment necessary to rent 10 EACH heavy-duty (3/4 ton) full size automatic transmission pick up trucks, 4 X 4, with bedliners and 8 foot Curtis (or comparable brand) plows. Plows and trucks must be manufactured 2004 or newer. Preventative Maintenance to be completed every 5,000 miles. Rentals are for 30 day periods for five months for a total of 10 vehicles. CLINS 0002- Quantity 5- Furnish all plant, labor, materials, and equipment necessary to rent 10 EACH heavy-duty (3/4 ton) full size automatic transmission pick up trucks, 4 X 4, with bedliners, 8 foot Curtis (or comparable brand) plows and spreaders to be hitch mounted. Plows, trucks and spreaders to be manufactured 2004 or newer. Preventative Maintenance to be completed every 5,000 miles. Rentals are for 30 day periods for five months for a total of 10 vehicles. CLINS 0003-Delivery and pick up per vehicle. Entire fleet of vehicles and accessories to be delivered to and picked up from Ft. Drum, New York with a start date of 1 December 2005 and end date of 30 April 2006. Offerors can view and download all of the referenced Provisions and Clauses at the following Internet address: http://farsite.hill.af.mil/. Current to FAC 2005-06 Effective 31 October 2005. The FAR Provisions at 52.204-8, Annual Representations and Certi fications; 52.233-2, Service of Protest; 52.252-1, Solicitation Provisions Incorporated by Reference, apply to this acquisition. In accordance with FAR Clause 52.204-8, contractors are required to input their Representations and Certifications into the onl ine representations and certifications application (ORCA) data base which is located at the following internet address: http://www.bpn.gov. The FAR Clauses at 52.212-2, Evaluation-Commercial Items (the following factors shall be used to evaluate offers : (1) Price. (2) Quality of product), and 52.212-3 -- Offeror Representations and Certifications -- Commercial Items apply to this acquisition. The FAR Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR 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 cited within 52.212-5(Sept 2005) are applicable to this acquisition: 52 .233-3, 52.219-4, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33. The following FAR clauses are applicable: 52.204-4, 52.208-4, 52.208-5, 52.208-6, 52.216-1, 52.228-8, 52.333-4, 52.233-4, 52.242 -13. The following DFAR clauses are applicable: 252-232-7010, 252-243-7001. The following DFAR Clauses cited within 252.243-7001(Dec 1991) are applicable to this acquisition: 52.203-3, 252.225-7001, 252.232-7003, 252.243-7002. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 NLT 11/25/05 at 00 hours. The bidder must include the solicitation number on each page of the offers. All prospective vendors must be registered in the Cent ral Contractor Registration at http://ww.ccr.gov. Quotes may be supplied via fax at 315-772-8277.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN00934523-W 20051120/051118212111 (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.