Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

W -- Vehicle Lease

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3MT9231AE01
 
Archive Date
10/4/2009
 
Point of Contact
Jeff Fithen, Phone: 302-677-4969
 
E-Mail Address
jeff.fithen@dover.af.mil
(jeff.fithen@dover.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; quotes are being requested and a written solicitation will not be issued. Firm fixed pricing is requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective 11 August 2009. This posting is to inform potential providers that Dover Air Force Base, Delaware has a requirement for the following: 1.) One (1) each 2007/2008 UtilimasterWorkhorse StepVan or equal with delivery and maintenance agreement. Van must adhere to the following specifications: - Bumper to bumper 27' - Length of cargo box inside 18'3 - Height of cargo box inside 6'9 - Width of cargo bow inside 7'21/2 - Color outside WHITE - Color inside STAINLESS - Vehicles must be in new/very good condition Vendor must approve user installation of passenger seat and modification/installation of interior roller system. 2.) One (1) each 2007/2008 Chevrolet Express 1500, 8 passenger Van or equal with delivery and maintenance agreement. 3.) One (1) each 2007/2008 Dodge Sprinter or equal with deliver and maintenance agreement. The estimated mileage per year is 650-750 miles. The details of contract: Only small businesses are eligible for award. The North American Industry Classification system code is 532120. The small business size standard is $25,500,000. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses that are included with this contract are FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.204.7004, Required CCR Registration; DFARS 252.225-7000, Buy American Act and Balance of Payments Program (submit certification with quote); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions or Commercial Items; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and DFARS 252.232-7003, Electronic Submission of Payment Requests and AFFARS 5352.201-9101, Ombudsman. THE RESPOND NO LATER THAN DATE FOR THIS SOLICITATION IS 19 SEPTEMBER 2009 AT 12:00 PM EST. Late responses will not be considered. The point of contact for this requirement is SrA Jeff Fithen, 436 CONS/LGCB, 639 Atlantic Street, Dover AFB DE 19902-5639. Phone: 302-677-4969. FAX: 302-677-5217. E-mail: jeff.fithen@dover.af.mil. Quotes may be e-mailed, faxed or mailed to 436th Contracting Squadron/LGCB, Attn: SrA Jeff Fithen, 639 Atlantic Street, Dover AFB DE 19902-5639. Oral quotes will not be accepted. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Award will be made on best value based on price and delivery. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments 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 and training information available at no cost is located at http://www.wawftraining.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3MT9231AE01/listing.html)
 
Place of Performance
Address: Dover AFB, Dover AFB, United States
 
Record
SN01954370-W 20090916/090915001916-c52361a8094f8fedd1ab881d4e3239c8 (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.