Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

V -- PRIME MOVERS - LEASING OF 19 EACH HEAVY DUTY TRUCKS TO INCLUDE MAINTENANCE/WARRANTY

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
USAR Contracting Center - East (Dix), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2-10-PRIMEMOVERS
 
Response Due
9/14/2010
 
Archive Date
11/13/2010
 
Point of Contact
Joseph Haslach, 609-562-2763
 
E-Mail Address
USAR Contracting Center - East (Dix)
(joseph.haslach@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
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. 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. Solicitation W91LV2-10-PRIMEMOVER is hereby issued as a Request for Quote (RFQ) for the Leasing of a total of nineteen (19) each Heavy Duty Trucks and maintenance (see attached Solicitation Bid Schedule for Contract Line Item List (CLIN), minimum requirements, SHIP TO locations, and further instructions and information) to haul trailers of chemical, biological, radioactive, and highly explosive materials and equipment throughout the Continental 48 states. The period of performance for this Contract will be one (1), six (6) month base period (01 October 2010 through 31 March 2011), plus one (1), six (6) month option period to be exercised at the discretion of the Government (01 April 2011 30 September 2011). This procurement is being issued as a Hub-Zone Set-Aside Hub-Zone companies only may submit a quote. All Hub-Zone business contractors under NAICS code 532120 are being solicited resulting in a COMPETITIVELY awarded purchase order. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/): FAR 52.204-7, Central Contractor Registration; the provisions at 52.212-1, Instructions to Offerors Commercial Items and Addendum to FAR Clause52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certification Application (ORCA). Offerors are required to indicate whether they will accept the Government credit card as a method of payment. The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisitions and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.214-4: (h), (j), (n), and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic TransferCentral Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt. A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program: DFARS 252.232-7003. Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report. All contractors that are solicited/or apply must be registered in Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA) web-sites. Your quote MUST list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact (POC) and phone number. A DUNS (Dun and Bradstreet) number is required in order to register. If you need to obtain or renew a DUNS number or Cage code, please visit www.ccr.gov. All contractors not registered in the CCR database prior to proposal submittal will not be considered. All contractors who have not completed their ORCA registration, please visit https://orca.bpn.gov/. Contractors must complete their ORCA registration before contract award. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. Additional instructions for WAWF registration can be found in the attachments. In accordance with FAR 52.212-2, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical, Schedule, Price, and Past Performance. Award will be based on the best value to the Government. Best Value is based on the above criteria in the following manner. Technical is slightly more important Schedule, Schedule is slightly more important than Price, and Price is slightly more important than Past Performance. The anticipated award will be a Firm-Fixed Price (FFP) contract. Offerors must submit quotes on the full quantity identified. Any and all shipping charges shall be included in the cost of the item. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) pricing, CAGE code, DUNS number, and Federal Tax ID Contractors are to submit their quote by the RFQ submittal date & time listed within. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, shipping, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. REQUIRED RESPONSE DATE: Quotes MUST be received by 2:30pm Eastern Standard Time (EST) on 14 September 2010. Contractors are instructed to provide quotes using the CLIN list stated in the attached Solicitation Bid Schedule. Quotes are to be emailed or faxed to Joseph Haslach, Contract Specialist, at joseph.haslach@us.army.mil or (609)562-6933. If you fax your quote, please send an email stating at what time the quote was faxed. Questions concerning this solicitation should be addressed to Joseph Haslach, Contract Specialist, via email at the address provided above. All questions or inquiries must be submitted in writing no later than 10:00am EST on 13 August 2010. Contractors are instructed to state Solicitation W91LV2-10-PRIMEMOVER in all email correspondence. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96e95cf953335c79fb18fcb553462d06)
 
Place of Performance
Address: USAR Contracting Center - East (Dix) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02272249-W 20100910/100908235015-96e95cf953335c79fb18fcb553462d06 (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.