Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
MODIFICATION

W -- Lease with option to buy 4CU/YD Loader

Notice Date
2/21/2007
 
Notice Type
Modification
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
88330-7908
 
Solicitation Number
Reference-Number-F2E3CE7019A100
 
Response Due
2/24/2007
 
Archive Date
3/11/2007
 
Point of Contact
Robert Ruston, Contract Specialist, Phone 505-572-3576, Fax 505-572-3869, - Michelle Palmer, Contracting Officer, Phone 505-572-2110, Fax 505-572-7333,
 
E-Mail Address
robert.ruston@holloman.af.mil, Michelle.Palmer@Holloman.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 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 solicitation number for this procurement is F2E3CE7019A100 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the Best Value to the Government. The delivery time will be 1 May 2007. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-14. This acquisition is to be 100% set aside and awarded to Small Business. The North American Industry Classification System (NAICS) code is 423810. The Small Business size standard for this code is 100 employees. PROJECT DESCRIPTION: CLIN 0001: Base Period 1 May 2007 to 30 September 2007, 5 months. LEASE WITH OPTION TO BUY 4 CU/YD LOADER, VM DYMAX 4 in 1 Bucket, MFR: VOLVO or Equal PART #: VM L90E Wheel Loader or Equal. Required: 165 Net HP or greater, Wet Disc Brakes, Load sensing Hydraulics system, Steering Knob, Air Conditioned, Hydraulic Attachment Bracket, Separate Attachment Locking, 3rd Function Hydraulics, 59inch Fork Frame, 48inch Fork Tine Right, 48inch Fork Tine Left, 5 Year extended warranty. All items are subject to New Mexico Gross Receipts Tax. QTY: 1 EA. CLIN 1001: First Option Year 1 October 2007 to 30 September 2008 QTY: 1 EA. CLIN 2001: Second Option Year 1 October 2008 to 30 September 2009 QTY: 1 EA. CLIN 3001: Third Option Year 1 October 2009 to 30 September 2010 QTY: 1 EA. CLIN 4001: Forth Option Year 1 October 2010 to 30 September 2011 QTY: 1 EA. CLIN 5001: Fifth Option Year 1 October 2011 to 30 April 2012 QTY: 1 EA. CLIN 6001: Buy out 1 May 2012. QTY: 1 EA. All items shall be delivered FOB DESTINATION to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005); FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (SEP 2005); FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil; FAR 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (NOV 2003); HAFB 008 - HOLLOMAN AFB ACCESS; HAFB 009 ? WIDE AREA WORKFLOW STATEMENT (FEB 2005); FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2006), FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); FAR 52.203-3 Gratuities (Apr 1984); FAR 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; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.232-18 Availability of Funds (Apr 1984); DFARS 252.232-7003 Electronic Submission of Payment Requests; 52.219-6, Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil; FAR 252.212-7001 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (FEB 2006), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS- OCT 2003 COMMERCIAL ITEMS; HAFB 012 - HAFB CELL PHONE POLICY (31 Aug 2006) MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Vehicles operated on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee). END OF STATEMENT. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Robert Ruston, SSgt, USAF 505-572-3576, FAX: 505-572-3869, e-mail robert.ruston@holloman.af.mil. CONTRACTING OFFICER: Michelle M. Palmer. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-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/ACC/49CONS/Reference-Number-F2E3CE7019A100/listing.html)
 
Place of Performance
Address: 49 CES 550 Tabosa Ave Holloman AFB, NM
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01236377-F 20070223/070221222806 (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.