Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2008 FBO #2284
SOLICITATION NOTICE

W -- Lawn Cutting Diesel Tractors Lease

Notice Date
2/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-08-Q-0017
 
Response Due
3/12/2008
 
Archive Date
5/11/2008
 
Point of Contact
Max D Putnam Jr., 253-966-0175
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(max.d.putnam@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for the Lease/Rental of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with FAR 13.5 and additional information included in this notice. This announcement consti tutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number Combined Synopsis/Solicitation W911S8-08-Q-0017 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and DCN 20080124. This requirement is Lease/Rental of 8 Each Tractors to Tow Lawn Mowing Devices and other Trailers with a NAICS Code of 423830 and a corr esponding size standard of 100 employees. This award shall be a Base Year Award with 4 Option Years for Lease from April 1 to 30 September of each year. Options shall/shall not be awarded at time of award. The description of the commercial items is and r eads as follows: FY08: CLIN 0001, 5 Each, Diesel Tractors, for Grounds Maintenance Shop. (See Salient Characteristics for Tractors below); CLIN 0002 1 Each, Diesel Tractors, for Pest Control Shop (See Salient Characteristics for Tractors below); CLIN 0003 2 Each, Diesel Tractors (See Salient Characteristics for Tractors below); FY09: CLIN 1001, 5 Each, Diesel Tractors, for Grounds Maintenance Shop. (See Salient Characteristics for Tractors below); CLIN 1002 1 Each, Diesel Tractors, for Pest Contro l Shop (See Salient Characteristics for Tractors below); CLIN 1003 2 Each, Diesel Tractors (See Salient Characteristics for Tractors below); FY10: CLIN 2001, 5 Each, Diesel Tractors, for Grounds Maintenance Shop. (See Salient Characteristics for Tracto rs below); CLIN 2002 1 Each, Diesel Tractors, for Pest Control Shop (See Salient Characteristics for Tractors below); CLIN 2003 2 Each, Diesel Tractors (See Salient Characteristics for Tractors below); FY11 CLIN 3001, 5 Each, Diesel Tractors, for Gro unds Maintenance Shop. (See Salient Characteristics for Tractors below); CLIN 3002 1 Each, Diesel Tractors, for Pest Control Shop (See Salient Characteristics for Tractors below); CLIN 3003 2 Each, Diesel Tractors (See Salient Characteristics for Tract ors below); FY12: CLIN 4001, 5 Each, Diesel Tractors, for Grounds Maintenance Shop. (See Salient Characteristics for Tractors below); CLIN 4002 1 Each, Diesel Tractors, for Pest Control Shop (See Salient Characteristics for Tractors below); CLIN 4003 2 Each, Diesel Tractors (See Salient Characteristics for Tractors below); Contractor is to include in Lease/Rental Pricing both Annual Delivery and Pick-up Charges of all Leased/Rental Tractors to Zip Code 98433. Minimum salient characteristics are 4 Whe el Drive Diesel Tractor, with minimum 85 horsepower motor, Enclosed with hard cover, automatic 16 Forward and 16 Reverse Transmission, PTO, Mechanical Seat, 3 Point Hitch, Fenders for Rear Wheels, and Agricultural Tires. Contractor shall submit Technical S pecification Sheets for any quoted product. Period of Performance shall be 1 April to 30 September each Fiscal Year. Place of Delivery each Fiscal Year shall be Public Works, Fort Lewis, WA 98433-9500. Acceptance will be at destination. FOB point is De stination. The selection resulting from this request for quotations will be made on the basis of the Lowest priced, Technically Acceptable quotation from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued us ing a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which par agraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to re flect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are presently available for this acqui sition. No purchase order will be issued until appropriated funds are made available.??Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.1 11-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commerc ial Items with their quotes. FAR clauses 52.204-7, Central Contractor Registration; 52.207-5, Option to Purchase Equipment; 52.208-4, Vehicle Lease Payments; 52.208-5, Condition of Leased Vehicles; 52.208-6, Marking of Leased Vehicles; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-32, F.o.b. Origin, Freight Prepaid; applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commerci al Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-8, 52.219-14, 52.219-28, 52.333-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52. 222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-33. DFARS Clauses that apply to this solicitation are: 252.204-7004 ALT A, Central Contractors Registration (52.204-7) Alternate A; 252.211-7003, Item Identification And Valuation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 252.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.232-7003 , 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www. arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Unless the quoter clearly indicates in its quotation that the product being offered i s an equal product, the quoter shall provide the brand name product referenced in the solicitation. Telephonic inquires will be accepted for solicitation clari fication only, any direct questions relating to Contract Line Items/Scope of work will need to be emailed to the below point of contact. Quotations are due on 12 Mar 2008 at 4:30 PM. Pacific Daylight Time. Quotations must be sent electronically along wit h the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Max Putnam, max.d.putnam@us.army.mil, 253-966-0175. Quoters must be registered in the Centr al Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Web Link
W911S8-08-Q-0017
(http://www.lewis.army.mil/doc)
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01516089-W 20080227/080225230118 (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.