Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

W -- Lease or Rental of Refrigerated Dry Trailers Equipment

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-07-T-0002
 
Response Due
11/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Notice - Rental of Refrigerated/Dry Trailer(s) Solicitation No.: HDEC-05-07-T-0002 Response Date: November 2, 2006 POC: Barbara VanDoren Fax: 804-734-8669 Phone: 804-734-8434 Places of Performance: Jacksonville, FL; Patrick AFB, FL; Miami, FL 32925-3604 100% Small business set-aside Classification Code: W FSC Code: W023 NAICS Code: 532120 SIC Code: 7519 Size Standard: $21.5 million Description: Lease or Rental of Refrigerated/dry Trailers Equipment A) This is a combined synopsis and solicitation for commercial items (services) 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 are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05- 07 -T- 0002 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-13, DFARS Change Notice 20061004, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 7519. The North American Industry Classification systems (NAICS) code is 532120. The Size standard is $21.5 million. E) Contract Line Item Numbers (CLINS) ? Provide Pricing in the following format (Address & Periods of Performance are shown in Paragraph F): ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lot $ FFP 0001: Contractor shall provide all labor, drivers, tools, materials, and transportation for the rental of refrigerated and dry trailers as addressed in the Statement Of Work to support the SouthCom Case Lot in Miami, FL. The SouthCom Case Lot sale will be hosted by the Patrick AFB Commissary (Patrick AFB, FL). Sale dates: November 15, thru 18th, 2006 Performance Period: November 6, 2006 thru November 21, 2006 DESCRIPTION COST TOTAL RENTAL: (3) 48? Diesel Refrigerated trailers. IAW SOW Total Est: (2) 16 days rental (1) 11 days November 6, 2006 thru Nov 21, 2006 DAILY RENTAL RATE (per trailer) $ .00 $ .00 RENTAL: (4) 53? Dry trailers Total Est: (2) 14 days rental & (2) 5 days rental IAW SOW Nov 8, 2006 thru Nov 21, 2006 DAILY RENTAL RATE (per trailer) $ .00 $ .00 *OPTIONAL RENTAL (3) 53? Dry trailers as addressed in the Statement Of Work.. Total Est: 3 days rental Nov 19, 2006 thru Nov 21, 2006 DAILY RENTAL RATE (per trailer) $ .00 $ .00 DIESEL FUEL FOR TRAILERS: Refrigerated trailers will be topped off with fuel as addressed in the Statement of Work. Est: ___ gallons total for 3 refrigerated trailers. NOT TO EXCEED $ .00 MILEAGE: Transporting of trailers. MILEAGE EST: _______ miles PER MILE RATE $ $ .00 LODGING PER DIEM: The Government will not pay for the empty back haul of tractors used for trailers. See Statement of Work. Total Estimate: Nights PER DIEM RATE $ .00 $ .00 TOLLS: Transporting of trailers. NOT TO EXCEED $ .00 PURCHASE REQUEST NUMBER NET AMT F) The services to be provided shall be for Refrigerated and Dry Trailer Rental at the, commissary located at the address reflected in the Statement of Work below. The period of performance is also shown in the Statement of Work below: G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE #; FAX # of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotations must be SIGNED. Quotation shall include a STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). If an offeror is unable to provide the exact unit(s) specified (i.e. a diesel reefer trailers with roll up doors and dry electric trailers). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1) . The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. This is an 100% small business set-aside procurement. All responsible sources may submit a quote which shall be considered. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)(as applicable) WITH THEIR QUOTE. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions ? Commercial): 1) STATEMENT OF WORK Statement of Work Refrigerated and Dry Trailers in Support of DeCA?s SOUTHCOM Case Lot Sale Sale Dates 15 November through 18 November 2006 Places of Performance: Patrick AFB Commissary 1225 South Patrick Drive Patrick AFB, FL 32925 Ronald W. Rogers, Store Director Clay Best, Grocery Manager Phone: (321) 494-5841 ext. 3026/3019 US Southern Command (SOUTHCOM) 3511 NW 91st Avenue Miami, FL POC: Bruce Evenson 305-437-2658, fax 305-437-2641 Basic requirement: Provision of hauling trailers to support SOUTHCOM case lot sale 3 Diesel Refrigerated Trailers (for duration) Trailers A, B, E. 4 Dry Trailers, Trailers C, D, F, G. 3 Additional dry trailers if needed for backhaul of product Trailers H, I, J. Contractor shall provide all labor, driver, tools, materials and transportation necessary for the rental of dry and refrigerated trailers to support the SOUTHCOM case lot sale. *Contractor shall include 24 hour/7day a week emergency response on refrigerated units. Patrick commissary will host the SOUTHCOM Case Lot sale in Miami. The dates of the sale are November 15th thru November 18th, 2006. The total period of performance will be for 16 days trailer use starting November 6, 2006 and ending November 21, 2006. Contractor must communicate with the Patrick Store Director before making any changes of trailer sizes. Trailers used must be neat, free of debris and in good working order. Refrigerated trailers will come full of fuel, and the government will keep fueled during operation at the Case Lot sale location and then the contractor will top off at the end of the contract. 1. Deliver two 48? (or larger) Refrigerated trailers to Patrick AFB Commissary, 1225 South Patrick Drive, Patrick AFB, FL on November 6th NLT 0800 hrs. (Trailers A & B ? Not Running). 2. Deliver trailers C & D (53? Dry Trailers)on November 8th NLT 1000 hrs to Patrick AFB and pick up the two 48? (or larger) refrigerated trailers (A&B) from Patrick AFB NLT 800 hrs and deliver to SOUTHCOM (east end parking lot, 3511 NW 91st. Avenue, Miami FL. NLT 1400 hrs. 3. November 9th pick-up two 53? Dry (C & D) from Patrick AFB and deliver to Miami by NLT 1400 hrs. 4. November 11th Trailer E (48? or larger ? Refrigerated) delivered to Patrick AFB by 0800 hrs. This trailer should be ready to load. Temp on trailer equals zero degrees. 5. November 13th, Trailer E (48? or larger ? refrigerated) Pick-up at Patrick AFB and deliver to Miami by NLT 1200 hrs. 6. November 17th, Trailer F & G (53? Dry) delivered to Miami by NLT NLT 1200 hrs. 7. November 19th, extra additional trailers may be required. 8. November 20th, deliver extra trailers to Miami by 0800 hrs. 9. November 20th, pick-up trailers A, B, C, D, E, F, and G ready for delivery to Patrick AFB. Trailers can be unloaded between 0530 and 1300 hrs. *Require the contractor make affirmative statement that this Service is available. 2) Vendor shall coordinate the delivery and pickup of the refrigerated trailer(s) with store?s POC no later than 3 working days prior to start date and 3 working days prior to ending date of rental period. Rental period ends on the store?s requested pickup date regardless of actual pickup date unless a written modification is issued. 3) Vendor may bill monthly, from the first to last day of the month for all charges incurred during the prior month. The hourly run time charge may be billed one-time at completion of the last month of lease. 4) The vendor is responsible for providing 24-hour emergency on-site repair. Vendor repair personnel must be on-site within 2 hours of receipt of emergency call from store personnel. Repair must be either completed within 4 hours of initial receipt of emergency phone call or a substitute vehicle provided so as not to interrupt the mission. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-36 Payment by Third Party; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / CICDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:30 PM local time ON November 2, 2006. S) The point of contact for this solicitation is Barbara VanDoren, 804-734-8434, Contracting Officer Melissa A. Rios, 804-734-8680.
 
Place of Performance
Address: Flordia
Zip Code: 32925-3604
Country: UNITED STATES
 
Record
SN01173218-W 20061101/061030220708 (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  © 1994-2020, Loren Data Corp.