Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

23 -- 5-Year Lease with Option to Purchase for an Extended Cab Utility Truck

Notice Date
7/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0555
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items-as supplemented with additional information included in this notice. Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures are being utilized in this procurement. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-9. The associated North American Industrial Classification System (NAICS) code for this procurement is 532120 with a small business size standard of $23.5 million. This requirement is being conducted on an unrestricted competitive basis. Quotations will be considered from any responsible source. The U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST) Emergency Services Division (ESD), Fire Protection Group (FPG) has a requirement for lease of an extended cab truck that meets or exceeds the minimum specifications stated in this RFQ. The lease term shall consist of a base period of one year, with four one-year options to extend the term of the contract in accordance with FAR clause 52.217-9. The requirement also includes an option to purchase at the end of the 5th year. The following contract line item numbers (CLIN?s): CLIN 0001: Base Period; Period of performance: 12 months, beginning on date of Contractor acceptance of purchase order; Lease of extended cab truck that meets or exceeds the following minimum specifications; Quantity: 12; Unit: Month; 1-ton 4x4 Extended cab truck w/utility work body - must be painted white Diesel engine Differential anti- locking system (make a true four wheel drive) Ambulance package/emergency package upgrade Alternator (with highest Amp output available; can use duel Alternator) Wiring for emergency lights Bucket seats in front; rear seating may be bucket or bench seats Rubber flooring Single rear wheels (no dual wheels) Tow package (Reese hitch system, heavier suspension system) Transmission cooler Front tow hooks Brush Grill Guard Off Road Tires Console area between buckets seats to house radio, siren controls, map books, etc. Installed light bar that meets NFPA 1901 code Flashing lights (strobes in rear and in head light areas) Utility style body (compartments need to hold chain saw, leaf blower, shovels, rakes, Indian tanks etc.) Body shall have anti-skid (Rhino/line x liner sprayed) on bed area and on top of boxes. Rear bumper (12 inch step able to mount Indian tanks on it) Left rear bottom compartment vented for gas jugs to be stored in it Vehicle shall be delivered with all required fluids (diesel fuel, motor antifreeze/coolant, etc.). The vehicle shall comply with all pertinent Maryland state laws and local government laws. The Contractor is responsible for ensuring compliance with those laws for the vehicle as of date of delivery of the vehicle to NIST; NIST will maintain the vehicle to comply with all pertinent state and local laws after delivery of it to NIST. Special information: The unit will carry a skid unit mounted on it to fight brush fires. The unit will carry at least 200gal of water. Empty weight on skid unit is 775 pounds (NIST ESG FPG will supply and mount the skid unit) NIST will completely maintain the vehicle during the lease period, including routine maintenance as well as emergency repairs and related services. CLIN 0002: Option Period I (Subject to FAR clause 52.217-9); Period of performance: 12 months, beginning on day after expiration of Base Period; Lease of extended cab truck that meets or exceeds the specifications set forth in CLIN 0001; Quantity: 12; Unit: Month. CLIN 0003: Option Period II (Subject to FAR clause 52.217-9); Period of performance: 12 months, beginning on day after expiration of Option Period I; Lease of extended cab truck that meets or exceeds the specifications set forth in CLIN 0001; Quantity: 12; Unit: Month. CLIN 0004: Option Period III (Subject to FAR clause 52.217-9); Period of performance: 12 months, beginning on day after expiration of Option Period II; Lease of extended cab truck that meets or exceeds the specifications set forth in CLIN 0001; Quantity: 12; Unit: Month. CLIN 0005: Option Period IV (Subject to FAR clause 52.217-9); Period of performance: 12 months, beginning on day after expiration of Option Period III; Lease of extended cab truck that meets or exceeds the specifications set forth in CLIN 0001; Quantity: 12; Unit: Month. CLIN 0006: Option to Purchase: One-time-Charge for Option to Purchase vehicle leased in CLIN?s 0001, 0002, 0003, 0004 and 0005; Quantity: 1; Unit: Each. This option may be exercised unilaterally by the Government. Note: CLIN 0006 may be only be exercised if Option Periods I, II, III and IV are exercised. CLIN 0006 must be exercised before CLIN 0005 expires. THE GOVERNMENT REQUIRES THAT THERE BE NO TERMINATION LIABILITY IF OPTIONS I, II, III OR IV (CLIN?S 0002, 0003, 0004 OR 0005) ARE NOT EXERCISED. THEREFORE, PRICING FOR CLIN?S 0001 THROUGH 0005 SHALL BE PRICED ACCORDINGLY. THE OFFERED VEHICLE SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY; THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1 and 52.212-3. The following clauses apply to this acquisition and are incorporated by reference as if set forth in full text: 52.217-5; 52.212-4; 52.212-5 including subparagraphs: (14) 52.222-3; (15) 52.222-19; (16) 52.222-21; (17) 52.222-26; (18) 52.222-35; (19) 52.222-36; (20) 52.222-37; (24) 52.225-3 Alternate I; (26) 52.225-13; (31) 52.232-33. All FAR clauses may be viewed at http://acquisition.gov/far/index.html. The following FAR clauses also apply to this acquisition: 52.208-4 VEHICLE LEASE PAYMENTS (APR 1984) (a) Upon the submission of proper invoices or vouchers, the Government shall pay rent for each vehicle at the rate(s) specified in this contract. (b) Rent shall accrue from the beginning of this contract, or from the date each vehicle is delivered to the Government, whichever is later, and shall continue until the expiration of the contract term or the termination of this contract. However, rent shall accrue only for the period that each vehicle is in the possession of the Government. (c) Rent shall not accrue for any vehicle that the Contracting Officer determines does not comply with the Condition of Leased Vehicles clause of this contract or otherwise does not comply with the requirements of this contract, until the vehicle is replaced or the defects are corrected. (d) Rent shall not accrue for any vehicle during any period when the vehicle is unavailable or unusable as a result of the Contractor?s failure to render services for the operation and maintenance of the vehicle as prescribed by this contract. (e) Rent stated in monthly terms shall be prorated on the basis of 1/30th of the monthly rate for each day the vehicle is in the Government?s possession. If this contract contains a mileage provision, the Government shall pay rent as provided in the Schedule. 52.208-5 CONDITION OF LEASED VEHICLES (APR 1984) Each vehicle furnished under this contract shall be of good quality and in safe operating condition, and shall comply with the Federal Motor Vehicle Safety Standards (49 CFR 571) and State safety regulations applicable to the vehicle. The Government shall accept or reject the vehicles promptly after receipt. If the Contracting Officer determines that any vehicle furnished is not in compliance with this contract, the Contracting Officer shall promptly inform the Contractor in writing. If the Contractor fails to replace the vehicle or correct the defects as required by the Contracting Officer, the Government may? (a) By contract or otherwise, correct the defect or arrange for the lease of a similar vehicle and shall charge or set off against the Contractor any excess costs occasioned thereby; or (b) Terminate the contract under the Default clause of this contract. 52.208-6 MARKING OF LEASED VEHICLES (APR 1984) (a) The Government may place nonpermanent markings or decals, identifying the using agency, on each side, and on the front and rear bumpers, of any motor vehicle leased under this contract. The Government shall use markings or decals that are removable without damage to the vehicle. (b) The Contractor may use placards for temporary identification of vehicles except that the placards may not contain any references to the Contractor that may be construed as advertising or endorsement by the Government of the Contractor. 52.208-7 TAGGING OF LEASED VEHICLES (MAY 1986) While it is the intent that vehicles leased under this contract will operate on Federal tags, the Government reserves the right to utilize State tags if necessary to accomplish its mission. Should State tags be required, the Contractor shall furnish the Government documentation necessary to allow acquisition of such tags. Federal tags are the responsibility of the Government. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration of the then-current contract period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. QUOTATION SUBMISSION INSTRUCTIONS: EACH QUOTATION SHALL CONTAIN: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Monthly price for CLIN?s 0001, 0002, 0003, 0004 and 0005, as well as a one-time charge price for CLIN 0006, as well as any discount terms; (7) ?Remit to? address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Reserved (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. NOTE: THE PRICING PORTION OF THE QUOTATION SHALL BE SUBMITTED AS A SEPARATE DOCUMENT FROM ALL OTHER PORTIONS OF THE QUOTE. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to joseph.widdup@nist.gov. Quotations must be received at that email address no later than 3:30:00 p.m. Eastern Time on July 31, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs under 52.212-5 as noted in this RFQ also applying. The resultant purchase order will also state that the Government has no termination liability if Options I, II, III or IV are not exercised; that payments will be made in arrears for CLIN?s 0001, 0002, 0003, 0004 and 0005 on a basis no more frequently than monthly; and that if CLIN 0006 is exercised, payment for CLIN 0006 will be made after the option is exercised and after Government receipt of a proper invoice thereafter. EVALUATION FACTORS FOR AWARD The Government will award a purchase order 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. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet or exceed the Government?s requirements; and 2. Evaluated Price for CLIN?s 0001 through 0006. Questions regarding this RFQ shall be submitted by email, no later than Tuesday, July 25, 2006, to joseph.widdup@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps on or about July 27, 2006 to provide a list of all questions received as well as their answers to all potential Offerors. All responsible sources may submit a quotation.
 
Record
SN01093646-W 20060722/060720220445 (fbodaily.com)
 
Source
FedBizOpps 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.