Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOLICITATION NOTICE

W -- Rental of Flush/Vac Sewer Truck

Notice Date
3/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-08-T-0031
 
Response Due
3/20/2008
 
Archive Date
6/1/2008
 
Point of Contact
Michael Clevenger, (937)522-4606
 
E-Mail Address
Email your questions to michael.clevenger@wpafb.af.mil;
(michael.clevenger@wpafb.af.mil;)
 
Small Business Set-Aside
N/A
 
Description
Rental of Flush/ Vac Sewer Truck: 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; quotes are being requested and a written solicitation will not be issued. Solicitation #FA8601-08-T-0031 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac 2005-24), Effective 28 Feb 2008 & Class Deviation 2005-o0001. This acquisition is 100% set aside for small business. The associated NAICS 532490. The size standard is $6.5M. employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This RFQ has one line item. A Firm Fixed Price (FFP) type purchase order is anticipated with 1 line item as follows: CLIN 0001: 1 each - Rental of Flush/Vac Sewer Truck w/o operator. Combination sewer vacuum & high pressure jet rodder having positive displacement blower and minimum 15 cubic yard debris hopper capacity, and other items to perform maintenance on Sanitary and Storm Sewers each. Period of Performance is: 01 April 08- 30 Sept 08. The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. Evaluation will be based on the overall best value for the government. Evaluation factors are technical capability, delivery and price with price being approximatley equal to technical capability and delivery. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required. Responding contractors shall include adequate information with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the information furnished by the offeror 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 QUOTE. Include manufacturer?s name, model number, and specifications in your quote. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The Government will make an award from this request for quotation to the responsible offeror whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at https://www.pixs.wpafb.af.mil/ Delivery is required within 30 days from date of award. The delivery location is Wright-Patterson Air Force Base, Ohio. The FOB point for this acquisition is Destination. Quoted prices shall be delivered (F.O.B. Destination) prices. Contract financing will NOT be provided for this acquisition. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The following FAR Provisions apply to this acquisition: FAR 52.208-4 Vehicle Lease Payments FAR 52.208-5 Condition of Leased Vehicles FAR 52.208-6 Marking of Leased Vehicles FAR 52.208-7 Tagging of Leased Vehicles FAR 52.252-1, Solicitation Provisions Incorporated By Reference (The fill-in for this provision is http://farsite.hill.af.mil/.) 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are price, technical, and delivery. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required.) 52.212-3, Contractor Representations and Certifications The following FAR Clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated By Reference (The fill-in for this clause is http://farsite.hill.af.mil/.) 52.204-6, Data Universal Numbering System (DUNS) Number 52.225-13, Restrictions on Certain Foreign Purchases 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.219-6, Notice of Total Small Business Aside 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Clauses apply to this acquisition: 252.204-7003, Control of Government Work Product 252.204-7004, Required Central Contractor Registration 252.225-7002, Qualifying Countries Sources as Subcontractors 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, (for paragraph (b), the following applies): 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea, Alternate III The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. The fill-in for this clause; Ms Karen Emery, ASC/CS, 1865 4th Street, Bldg 14, Room 203, Wright-Patterson AFB OH 45433 Ph: 255-6356, Email: karen.emery@wpafb.af.mil IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003, Electronic Submission of Payment Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Contractors may register at http://www.fedbizopps.gov/ to receive notices of any amendments and/or addenda that may be issued to this solicitation. If not registered, it is the contractor?s responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotes prepared by debarred, suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. All responsible sources may submit quote packages, including technical capability (brand equivalency if applicable), and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, NO LATER THAN 18 March 2008, 5:00 PM EST. Point of contact for this acquisition is TSgt Michael Clevengeri, 937-522-4547. Quotes can be e-mailed (preferred) to michael.clevenger@wpafb.af.mil, faxed to 937-656-1412, Attn: TSgt Michael Clevenger; or mailed to 88 CONS/PKBB, Attn: TSgt Michael Clevenger, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.fedbizopps.gov/. Quotes are due no later than 5:00 PM EST on Thursday, 20 March 2008. For more information on "Rental of Flush/Vac Sewer Truck", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5555
 
Web Link
Rental of Flush/Vac Sewer Truck
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5555)
 
Place of Performance
Address: Various locations at Wright-Patterson AFB, OH
Zip Code: 45433-7040
Country: United States
 
Record
SN01531803-W 20080315/080313224012 (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.