Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

W -- Forklift Rental

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1M3A27236A001
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3A27236A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 532490 with an $6.5M size standard. (v) Interested contractors shall submit a quote for Forklift Rentals (4 each), 12-month (1 Oct 07 ? 30 Sep 08). Quote shall have, at a minimum, all prices broken down per forklift per month, extended prices calculated, and total price calculated. Any associated fees shall be included in the quote as a separate item, including hourly rate for potential repairs due to misuse/government caused damages. (vi) Forklift Rentals on Charleston Air Force Base, South Carolina: Forklifts shall be Propane Fueled and capable of handling payloads of 4,000lbs with a minimum lift height of 110 inches. Forklifts shall be fitted with Solid Rubber Pneumatic Tires and 60? to 65? Tines. Forklifts shall not be older that 3 years at the beginning of the rental period. The contractor shall be responsible for all commercial standard preventative maintenance, such as, but not limited to, tire changes, oil changes and periodic lubrication. In addition, the contractor shall be responsible for all required repairs unless damages has been determined to be caused by government misuse. The contractor response time to required repairs shall be within 24 hours of being notified. In the event required repairs cannot be completed on-site within 48 hours, the contractor shall supply the government with an comparable replacement (temporary or everlasting permanent) at no additional charge to the government. In the event the contractor suspects damages caused by government misuse, the contractor shall notify the Contracting Officer within 24 hours and shall not proceed with actions which would incur cost to the government unless approved by the Contracting Officer. (vii) The period of performance shall be 1 Oct 07 to 30 Sep 08. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following additional clauses are applicable to this procurement. ? FAR 52.232-18: Availability of Funds. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. ? FAR 52.219-6, Notice of Total Small Business Set-Aside ? FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 05-2473 (Rev.-5). Wage determinations for repairs must be for location of where repair is being performed. If place is unknown at time solicitation is issued, use FAR Clause 52.222-49 that provides instructions to offers regarding subsequent identification of place of performance and advising them wage determination will be placed into the contract. ? FAR 52.253-1 -Computer Generated Forms ? DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). ? DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items. ? DFARS 252.232-7003, Electronic Submission of Payment Requests ? DFARS 252.246-7000, Material Inspection And Receiving Report ? AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. ? AFFARS 5352.223-9001, Health and Safety on Government Installations ? AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) N/A (xv) N/A (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 24 Sep 07 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3A27236A001 (xvii) Address questions to R. Frank Hartzell,Contract Specialist, at (843) 963-3568, fax (843) 963-5183, email frank.hartzell@charleston.af.mil@charleston.af.mil or James Ting, Contracting Officer, Phone (843) 963-5169, email james.ting@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: 113 S. Bates St., Bldg 178, Charleston AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01407366-W 20070916/070915194915 (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.