Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
MODIFICATION

W -- Surrey Bus Lease

Notice Date
1/23/2007
 
Notice Type
Modification
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-07-T-0004
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Point of Contact
Kenneth Hawkins, Contracting Specialist, Phone 202-404-7771, Fax 202-767-7887, - Cathy Perry, Contracting Specialist, Phone 202-767-7957, Fax 202-767-7887,
 
E-Mail Address
Kenneth.Hawkins@Bolling.af.mil, catherine.perry@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-07-T-0004. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 05-14. The North American Industry Classification System code (NAICS) for this acquisition is 532120 with a size standard of $23.5 million. The proposed contract is set aside 100% for small businesses. Bolling AFB wishes to acquire leasing of a Surrey Bus for 1 base year with 2 option years afterwards. CLIN 0001- Surrey Bus Lease(Base Year) from 1 March 2007 to 29 Febuary 2008. MFR = Ford Model 450 or equal. QTY (12 MONTHS)- UNIT PRICE: $ _____________TOTAL PRICE: $ _____________ CLIN 0002 - Surrey Bus Lease(Option Year 1) from 1 March 2008 to 28 Febuary 2009. MFR = Ford Model 450 or equal. QTY (12 MONTHS) - UNIT PRICE: $ _____________TOTAL PRICE: $ _____________ CLIN 0003 - Surrey Bus Lease(Option Year 2) from 1 March 2009 to 28 Febuary 2010. MFR = Ford Model 450 or equal. QTY (12 MONTHS) - UNIT PRICE: $ _____________TOTAL PRICE: $ _____________. EXTENDED DESCRIPTION/SPECIFICATIONS: EQUIPMENT INTERIOR: the Surrey bus will be a 20 passenger forward facing seating configuration, the rear luggage compartment will provide a minimum of 150 sq feet with an exterior heavy duty access door and positive lockable 2 point latch, three forths plywood floor, designer fabric headliner, ribbed ruber aisle way, commercial carpeting under seats, seat track on floor and sidewalls, white step nosing on all steps, driver friendly switch panel, flush mounted interior incadescent light fixtures, step well entry door light, flush mounted radio speakers, factory radio am/fm/cd player and dash mounted GPS unit with U.S. mapping. EQUIPMENT EXTERIOR: aerodynamic fiberglass front and rear caps, radius steel cage construction that meets all the applicable FMVSS, steel floor mounted on rubber isolators, electrice bi-fold entry door with exterior access key, upper double T-Slider Windows with deep tint, rear egress window, steel wrap around rear bumper, seamless one piece fiberglass roof, deluxe fold away mirrors with convex, fully undercoated, insulated walls and cielling, drip rails over windows, brake light turn light wired separately, rear license plate light, steel wheel wells, aluminum sidewalls, all exterior lighting meets all FMVSS codes and full body paint with black out windows. ADDITIONAL EQUIPMENT: climate control passenger area A/C systems ranging from 52,000 to 67,000 BTU, rear heater from 35,000 to 65,000 BTU 200 amp alternator, mild or high back bucket seats, deluxe fabric seating, rear luggage with heavy-duty door, first aid kit, fire extinguishers, road flares, reflectors, reverse alarm cameras, motorized and heated exterior mirrors, stainless steel wheel inserts and the engine will be of diesel type. CHASIS: vehicle option of a Chevrolet or Ford E-450 heavy duty chasis. MAINTENANCE: The contractor will perform maintenance and repairs as necessary on its furnished vehicles and equipment. These tasks shall include, but not be limited to: 1) verify malfunctions and perform a complete inspection using diagnostic test equipment when required, 2) determine if the malfunction is a result of suspected abuse and if so, take proper action, 3) maintain all assigned tire repair and servicing equipment in a safe operating condition, 4) ensure strict compliance with safety, 5) lube and oil changes, 6) repairing brakes, 7) adjusting and repairing steering systems, 8) performing tune-ups, 9) repairing air conditioning and heating systems, 10) repairing suspension systems, 11) repairing/replacing exhaust system, 12) changing/repairing tires, 13) winterizing vehicles, 14) performing miscellaneous repairs on lights, doors, batteries, radiators, locks, etc. and 15) performing bodywork and interior maintenance. The contractor will perform necessary repairs and return the vehicle to service within 3 working days of notification of maintenance requirement. The leaser shall include a provision for a replacement vehicle when the leased vehicle is in for maintenance. The contractor shall notify the user (11th Wing Transportation Squadron) if additional time is required. If the contractor cannot repair an equipment item, he/she shall submit a written explanation within 48 hours to the user (11th Wing Transportation Squadron) of the problem, cause and recommended solution. If offering an or equal product, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. Required delivery is 361 Thomas rd., Bolling AFB, DC 20032 within 14 days after contract award. FOB is destination and the resulting contract will be a Firm Fixed Priced. When submitting quote, please fill out the above blanks with your price. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR Clause 52.212-1 applies to this acquisition are as follow: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-2, Evaluations ? Commercial Items, applies to this acquisition. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representaion and Certifications application). EVALUATION PROCEDURES: The Government will select the best overall offer based on Price and descriptive literature. The contractor is encouraged to submit pictures of bus along with quote. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliant with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provided a hard copy of their price break-down. Non-conformance with this requirement may result in offerors quote being determined unacceptable. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items and Addendum to FAR Clause 52.212-4 applies to this acquisition are as follow: 52.204-9, 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.211-6, 52.217-5, 52.217-8, 52.217-9, 52.219-6, 52.225-13, 52.228-8, 52.233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004 ALT A, 252.223-7006, 252.232-7003, 252.232-7010, 52.253-1, 252.204-7006, 252.212-7001, 252.243-7001, 252-246-7000, 252.247-7023 ALT III, 5352.201-9101. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items , including the following subclauses, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33 apply to this acquisition. To be eligible for an award, contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/index.html. All responses must be received no later than 4:30 P.M. EST on 12 February 2007. Quotes can be mailed to 11th Contracting Squadron/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032, faxed to 202-767-7887 or emailed to kenneth.hawkins@bolling.af.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to SrA Kenneth Hawkins, Contract Specialist, Phone (202) 404-7771, FAX (202) 767-7887 or email to kenneth.hawkins@bolling.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7012-07-T-0004/listing.html)
 
Place of Performance
Address: Bolling AFB/Washington D.C.
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01217898-F 20070125/070123222636 (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.