Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

W -- Lease of One (1) Ford F-450 XLT 4x4 Truck

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
NRC-NSR-12-098
 
Archive Date
5/15/2012
 
Point of Contact
Lisa A. Kauffman, Phone: 3014923683
 
E-Mail Address
Lisa.Kauffman@nrc.gov
(Lisa.Kauffman@nrc.gov)
 
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 12.6 and in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a paper solicitation will not be issued. This solicitation is being issued as a request for quotation and the solicitation number is NRC-NSR-12-098. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This solicitation is being issued as a total small business set-aside. The associated NAICS code is 532120 and the size standard is $25.5 Million. The contractor shall provide for the lease of one (1) Ford F-450 XLT 4x4 truck (or equal) in accordance with the attached Statement of Work and specifications. The lease period is for three years, from July 1, 2012 through June 30, 2015; truck to be delivered to Oak Ridge, TN or to be available for pick-up within a 25 mile radius of this location. The full text of the Federal Acquisition Regulation (FAR) provisions or clauses that apply to this acquisition may be accessed electronically at https://www.acquisition.gov/far/. The following clauses/provisions apply to this acquisition: (1) 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012), (2) 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012), (3) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (APR 2012), clauses 52.219-6 Notice of Total Small Business Set-Aside, Alternate I (NOV 2011), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), (4) 52.211-6 Brand Name or Equal (AUG 1999), (5) 52.208-4 Vehicle Lease Payments (APR 1984), (6) 52.208-5 Condition of Leased Vehicles (APR 1984), (7) 52.208-6 Marking of Leased Vehicles (APR 1984), (8) 52.228-8 Liability and Insurance - Leased Motor Vehicles (MAY 1999), (9) 52.217-8 Option to Extend Services (NOV 1999), (10) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), (11) 52.233-1 Disputes (JUL 2002). Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2012) with their offer. The following NRC clause is also applicable to this acquisition: WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES (AUG 2011). (a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provisions as codified at 42 U.S.C. 5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and the implementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24 entitled: "Your Rights Under the Energy Reorganization Act". (b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, terms, conditions or privileges of their employment because the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended). (c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract. (end of clause) The Government will award a contract resulting from this solicitation to the lowest price, technically acceptable, responsible offeror whose offer conforms to the requirements of the solicitation. Offers must include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Pricing Schedule The Contractor shall provide one truck to lease in accordance with the NRC requirements set forth in the Statement of Work, at the price as set forth below. The Government estimates that the truck will be driven approximately 24,000 miles per year and does not anticipate use of the truck in excess of this mileage. ITEM NO. SUPPLIES/SERVICES QTY UNIT PRICE AMOUNT 1. Ford F-450 XLT 4x4 Truck 36 Month $ $ TOTAL COST = $ All quotations are due on Monday, April 30, 2012 at 3:00 PM, EST. Electronic submission is acceptable and highly encouraged. Quotes may be submitted via email, fax, mail, or courier. Electronic submissions shall be sent to Lisa.Kauffman@nrc.gov, faxed submissions shall be sent to 301-492-3438, and mailed submissions shall be sent to U.S. Nuclear Regulatory Commission, Attn: Lisa Kauffman, Contract Specialist, Mail Stop TWB-01-B10M, 11555 Rockville Pike, Rockville, MD 20852. Offerors shall include the solicitation number on the outside of the envelope. The NRC is not responsible for technical difficulties associated with electronic submissions. RFQ NRC-NSR-12-098 will be distributed solely through the FBO.gov website (http://www.fbo.gov). All future information about this acquisition, including amendments, will also be distributed solely through the FBO.gov website. Hard copies of the solicitations document and any attachments will not be available. Interested parties are responsible for monitoring the FBO.gov website to ensure that they have the most-up-to date information related to this acquisition. The NRC requires all prospective awardees to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment in accordance with FAR Clause 52.232-33 referenced above. Interested parties who are not registered should consider registering immediately. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Interested parties may obtain information on registration at http://www.ccr.gov. The Government is not responsible for reimbursing offerors for any costs associated with responding to this solicitation. Questions: The NRC will only respond to written questions associated with this solicitation. All questions shall be submitted in writing to Lisa.Kauffman@nrc.gov no later than 1:00 PM, EST, on April 25, 2012. Responses to questions will be posted at (http://www.fbo.gov) as an amendment to the solicitation. For information related to this solicitation, offerors may contact Lisa Kauffman, Contract Specialist, at Lisa.Kauffman@nrc.gov or 301-492-3683. U.S. NUCLEAR REGULATORY COMMISSION STATEMENT OF WORK FOR LEASE OF ONE (1) FORD F-450 XLT 4X4 TRUCK WITH GOOSE NECK HITCH BACKGROUND: The U.S. Nuclear Regulatory Commission requires the lease of one (1) Ford F-450 XLT 4x4 Truck with Goose Neck Hitch (or equal) meeting the following requirements. These trucks will be assigned to an NRC contractor, DOE/NNSA in Oak Ridge, TN and will be driven throughout the United States in support of U.S. Nuclear Regulatory Commission official business. REQUIREMENTS: The leased trucks shall meet the following requirements: 1. Requested base lease period: Three years, from July 1, 2012 through June 30, 2015. The Contractor shall identify any additional cost schedule that would apply in the event of early lease termination. The Contractor shall provide a monthly lease schedule for a month-to-month lease if the government requires to extend the lease for a period not to exceed 6-months. 2. Vehicle availability: The contractor shall deliver the truck to the National Nuclear Security Administration (NNSA)/ Department of Energy, 9714 Flannigan Loop Road, Oak Ridge, TN 37830, or make the truck available for pick-up within a 25-mile radius of this location by the start of the lease period. At the end of the lease period, the NRC will deliver the truck to a Ford dealer in the Knoxville, TN area. 3. Model Year and Mileage: The truck shall be new Model Year 2012 or newer with less than 2,000 miles. 4. Vehicle Registration/License Plate: The contractor shall provide temporary State license plates. The NRC will provide official Government license plates for the vehicle post delivery. 5. Maintenance: The contractor shall provide full maintenance for the leased truck to include all factory recommended maintenance, tune-up, scheduled oil/lubrication changes, major and minor repairs, warranty work, and factory recommended winterization, for the full term of the lease. The contractor shall provide oil change services with re-fined oil (meeting the American Petroleum Institute (API) Performance Standards), when available. 6. Replacement/Substitute Vehicles: Should the originally leased vehicle become inoperable for any reason for 48-hours or longer, other than damage caused by the Lessee or a third party, the contractor will provide a replacement vehicle. 7. Roadside Assistance: The Contractor shall provide nationwide roadside assistance to change flat-tires, supply enough gas to get to the nearest service-station if tank is empty, tow truck to nearest manufacturer authorized service-provider, and jump-start truck. 8. Other Terms: The lease shall comply with all applicable State and Federal Requirements. 9. Minimum Specifications: The leased vehicle shall meet the following minimum specifications: a. Ford F450 XLT 4x4 (or equal). b. Crew cab with seating for 4 persons, minimum. c. Minimum 12,000 lbs towing capacity. d. Gross Combination Weight Rating(GCWR) of 21,000 lbs. or more. e. Diesel engine. f. Automatic transmission to include Select Shift and 4X4 Electronic-Shift-on-the-Fly. g. 4 x 2 with dual rear wheels. h. 5th Wheel/Gooseneck hitch prep and towing package. i. Air conditioning. j. Standard manufacturers package including all interior features. k. AM/FM/Satellite radio with three year subscription to SIRIUS satellite radio included. l. Snow plow prep package. m. Engine idle shutdown. n. Engine block heater. o. XLT premium package. p. Power equipment group. q. Power sliding rear window with privacy glass. r. Power scope folding trailer tow mirror. s. Cloth bench seat 40/20/40 split manual lumbar, 60/40 rear bench. t. GVWR: 13,300 lb. payload package. u. Interior: Adobe cloth. v. Exterior: Oxford white with clear coat. w. Trailer brake controller. x. Fog lamps. y. Tire jack. z. Tailgate step. aa. All weather floor mats. bb. Tough bed spray-in liner. 10. The estimated mileage for the leased truck is 24,000 miles per year.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-NSR-12-098/listing.html)
 
Place of Performance
Address: National Nuclear Security Administration (NNSA)/Department of Energy, 9714 Flannigan Loop Road, Oak Ridge, Tennessee, 37830, United States
Zip Code: 37830
 
Record
SN02720660-W 20120414/120412235424-700a47ec3b67f834d8d493ad636f48eb (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.