Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

23 -- Truck Leasing

Notice Date
11/16/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3M5TR6293A1
 
Response Due
12/4/2006
 
Archive Date
12/19/2006
 
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 F3MSTR6293A1 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 2005-13. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 532120, and the small business size standard is $23.5 million. (v) This requirement consists of a one year base period and 4 (1) year option periods for each line item respectively. The base year performance period will be 15 Dec 06 ? 30 Sep 07. The four option years will be: (1) 1 Oct 07 ? 30 Sep 08, (2) 1 Oct 08 ? 30 Sep 09, (3) 1 Oct 09 ? 30 Sep 10, and (4) 1 Oct 10 ? 30 Sep 11. This requirement consists of two Line Items. Line item 1 and Line items 2 are to be priced separately on a monthly basis.(vi) Description: Line Item (0001): Lease (qty 1) 2007 F-250 SD XL Crew Cab 4X4 -8?, four full doors, 6 passenger, heavy service suspension package, skid plate package, stabilizer package, towcommand system, torqshift 5 speed automatic transmission with overdrive (6.0 Diesel), Extra Heavy duty alternator, 4 x4 electronic ? shift ?on ?the ?fly, roof clearance lights, 12.5K built Ford tough trailer hitch receiver, manual telescoping trailer tow mirrors with manual glass, towcommand integrated trailer brake controller, cruise control, tilt steering wheel, vinyl 40/20/40 split bench seat, LT245/75Rx17E BSW All Terrain tires (5),3.73 limited slip axle ratio, 6.0L OHV Power Stroke Diesel V8 Engine, Payload package #1a,( 5.4 L 3-Value SOHC EFI Triton V8 Engine, 440 lbs Maximum Payload for 18?/20? Wheel and tire, 10,100 lbs GVWR for 18?/20? wheel and tire.), 1b (6.8L 3 Value SOHC EFI Triton V10 Engine, 4400 lbs Maximum Payload for 18?/20? Wheel and Tire, 10,300 lbs GVWR for 18?20? Wheel and Tire.) and 1c( 6.0L Power Stroke V8 Diesel Engine, 4200 lbs Maximum Payload for 18?/20? Wheel and Tire, 10,700lbs GVWR for 18?/20? Wheel and Tire). Color: White preferred, but not mandatory. Line Item (0002): (Qty 2) 2007 F-350s XL Crew Cab 4X4 8? Dual Rear Wheels Heavy Service Suspension Package, Skid Plate Package, Tow Boss Package, TowCommand System, Torqshift 5-speed Automatic Transmission with overdrive (6.0L Diesel), Extra Heavy Duty Alternator, 4X4 Electronic Shift- on ?the-fly, Roof Clearance Lights, 15K Built Ford Tough Trailer Hitch Receiver, Manual Telescoping Trailer Tow Mirrors with Manual Glass, Tow Command Integrated Trailer Brake Controller, Cruise Control, Tilt Steering wheel, vinyl 40/20/40 split bench seat, LT245/75Rx17E BSW All-Terrain (7), 3.73 Non-Limited Slip Axle Ratio, 6.0L OHV Power Stroke V8 Diesel Engine, Payload Package #1b (6.8L 3 Value SOHC EFI Triton V10 Engine, 4400 lbs Maximum Payload for 18?/20? Wheel and Tire, 10,300 lbs GVWR for 18?20? Wheel and Tire.)and 1c (6.0L Power Stroke V8 Diesel Engine, 4200 lbs Maximum Payload for 18?/20? Wheel and Tire, 10,700lbs GVWR for 18?/20? Wheel and Tire). Color: White preferred, but not mandatory. (vii)Please provide pricing on a monthly basis. The Government intends to award one contract for both line items. Both line items must be quoted to be considered eligible for award. The Government reserves the right to exercise the option for both line items, only one line item, or neither. All quotations for equals shall provide technical data explaining equivalency. Delivery to Pope AFB is requested no later than 15 Dec 06. FOB shall be destination, and shipping should be included in the unit price. Period of performance is 15 December 2006 to 30 September 2007. (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: Lowest Price Technically Acceptable. The price for the total contract including options will be evaluated. The contractor certifies they 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 and paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b14), (b15), (b18-20), (b24), (b31), (c1), and (c2). (xiii) The clause at 52.211-6, Brand Name or Equal, applies to this acquisition. The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. 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 AFFARS 5352.201-9101 Ombudsman applies to this acquisition. The clause at 252.225-7000, Buy American Act Balance of Payments Program Certificate (Jun 2005), 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 (Alternate III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. The following clauses also apply 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; 52.228-8, Liability and Insurance ? Leased Motor Vehicles; 52.217-5 Evaluation of Options; 52.217-8 Option to extend services; and 52.217-9 Option to extend the Term of the contract. 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. (xvi) The solicitation due date is 4 Dec 06, 4:30 PM EST. (xvii) The assigned contract specialist is Lt Paige Young, and can be reached at 910-394-6254 or email paige.young@pope.af.mil. You may fax your quotes to 910-394-5687. Direct any questions to Lt Paige Young at the number above or contact Gail Williams at 910-394-6512.
 
Place of Performance
Address: Pope AFB NC
Zip Code: 28308
Country: UNITED STATES
 
Record
SN01182330-W 20061118/061116220657 (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.