Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
MODIFICATION

23 -- Truck Lease: Six Diesel Pickup Trucks - F1T2AP2889A001 - Contractor Questions & Gov. Responses

Notice Date
1/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T2AP2289A001
 
Archive Date
1/31/2013
 
Point of Contact
David A. Serbe, Phone: 850-882-3466, Kelsey L. Inscoe, Phone: 8508820298
 
E-Mail Address
david.serbe@eglin.af.mil, kelsey.inscoe@eglin.af.mil
(david.serbe@eglin.af.mil, kelsey.inscoe@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation F1T2AP2889A001 - Contractor Questions and Government Responses ***AMENDMENT (8 January 2013): Uploaded Attachment - SEE Attachment titled "Contractor Questions and Government Responses." ** Amendment (27 December 2013) includes two additional specification requirements, which are underlined in the Technical Requirements section below.** AAC/PZIO (Eglin AFB) contracting division intends to solicit and award a Firm-Fixed Price contract for a vehicle lease at Eglin Air Force Base (AFB), FL, for six (6) each 2013 pickup truck vehicles. The requirements are listed below. This is a solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a Request for Quote (RFQ) and a written solicitation will not be issued. The announcement number is F1T2AP2289A001. Award will be made on a Lowest Price / Technically Acceptable basis. The North American Industry Classification System (NAICS) code for this acquisition is 532112 with a small-business size standard of $35.5M. Please identify your business size in your response based upon this standard. The Government reserves the right to cancel this solicitation, whether before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation is a 100% SMALL BUSINESS SET ASIDE. From this solicitation a contract is expected to be awarded via a Lowest Price / Technically Acceptable evaluation of offers. The performance period for this contract is expected to include a one-year base period, with two (2) one-year option periods (if the options are exercised). The applicable NAICS code for this acquisition is 532112 with a small-business size standard of $35.5M. No paper copies of the solicitation will be mailed or faxed. The solicitation is attached and available for viewing and downloading on the Government Electronic Posting System (EPS) at www.fbo.gov. Offerors must register on the site in order to receive notification of changes to the solicitation. The offeror is responsible for monitoring this site for the release of the solicitation and any subsequent addendum(s). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 and DFARS Publication Notice 20121212. The following are technical requirements: 6 Each 2013 Pickup Truck vehicles with the following specifications: --Minimum 6.6L diesel engine --Dark Gray Paint --Single Rear Wheel --4 Wheel Drive --8 Foot bed --Air Conditioning --Towing Package --Skid Plates --AM/FM Stereo w/CD Player --4 Door Crew Cab --Cruise Control --Tool/Cargo Box --Bed Liner (Spray In type) --All Terrain Tires --Annual mileage: include any annual mileage per vehicle beyond which POINT a "per mile excess mileage charge" would be assessed & how much the excess mileage charge is per mile. --Payload capacity up to 3,500 lbs --Tow capacity up to 14,000 lbs Delivery to Government end users at Eglin AFB shall be within 30-60 days. It is anticipated that a contract to the successful offeror will be awarded in January 2013, which should cause the awardee's implementation of the vehicles ordering and delivery process. However, monthly lease payments from the Government to the contractor shall not begin until the contracted vehicles are successfully received and put into use by the Government customers at Eglin AFB. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-62. The following clauses/provisions - incorporated either By Reference or In Full Text - are applicable: 52.202-1 Definitions 52.203-3 Gratuities 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-16 Preventing Personal Conflicts of Interest 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I 52.204-4 Printed or Copied Double-Sided On Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements 52.204-99 System for Award Management Registration (DEVIATION) 52.208-4 Vehicle Lease Payments 52.208-5 Condition of Leased Vehicles 52.208-6 Marking of Leased vehicles 52.208-7 Tagging of Leased Vehicles 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items --- INCLUDES --- 52.203-13 Contractor Code of Business Ethics and Conduct 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.215-6 Place of Performance 52.215-19 Notification of Ownership Changes 52.216-1 Type of Contract 52.219-9 Small Business Subcontracting (ALTERNATE II -- OCT 2001) 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract; 52.228-8 Liability and Insurance-Leased Motor Vehicles. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.223-11 Ozone-Depleting Substances 52.232-18 Availability of Funds 52.232-8 Discounts for Prompt Payment 52.232-23 Assignment of Claims 52.233-1 Disputes 52.243-1 Changes - Fixed Price 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.204-7003 Control of Government Personnel Work Product 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 252.225-7001 Buy American Act 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Request for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7010 Levies on Contract Payments 252.246-7000 Material Inspection and Receiving Report 5352.201-9101 Ombudsman H-850 Local Clause for WAWF - Proposals that do not meet or address all requirements may be deemed non-responsive or technically unacceptable for award. - Late or incomplete proposals may not be accepted for award. Please do not wait until the last minute to submit your proposal as e-mail problems or rejections may not be considered for award consideration and may be counted as late or incomplete. -Price and technical acceptability are the evaluation factors. The evaluation method used for this acquisition will be lowest priced technically acceptable. An offer is considered technically acceptable when it meets the minimum specifications of the vehicle described above. Of the offers considered technically acceptable, the offer with the lowest overall price (base year pricing plus both option year pricing) will be considered the winner. - Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. The quote is at the discretion of the offeror. Send all offers via email to david.serbe@eglin.af.mil with a courtesy copy to danielle.capik@eglin.af.mil. All quotations must be received NO LATER THAN (NLT) 1400 Central Standard Time (CST) on 16 January 2013. Please reference solicitation number F1T2AP2889A001 on all correspondence. Please acknowledge all requirements on quotations. Please indicate FOB destination on quote and submit a copy of your lease agreement, if required. Quotes must be valid for 30 calendar days after close of solicitation. Questions will be received only until the Close of Business on 4 January 2013, and should be sent via email to david.serbe@eglin.af.mil with a courtesy copy to danielle.capik@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da789d51985b1b924be2888772b1fcfa)
 
Place of Performance
Address: 96 CES/CED, 1334 Nomad Way, Building 914, Eglin AFB, FL 32542, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02960913-W 20130110/130108234128-da789d51985b1b924be2888772b1fcfa (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.