Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2000 PSA #2734
SOLICITATIONS

W -- RENTAL OF PORTABLE OFFICE TRAILERS

Notice Date
November 22, 2000
Contracting Office
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-01-T-A166
Response Due
November 29, 2000
Point of Contact
Mary McFeely, Contracting Officer/Contract Specialist (808) 473-7538
E-Mail Address
Contracting Officer (mary_k_mcfeely@pearl.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00604-01-T-A166 applies and is issued as a Request for Quotations. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and Defense Change Notice 20000817. The NAIC is 53212 and the business size standard is $5.0 million. This requirement is for a fixed price contract. Rental of ten each office trailers as follow: 5 each 10 by 32 ft trailers; 2 each 10 by 42 ft trailers; 2 each 10 by 52 ft trailers; and 1 each 12 by 56 ft trailers. Period of performance is 1 December 2000 -- 30 September 2001. Trailers are used at Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii. Quotations are solicited on an FOB Destination basis. Resulting order shall include provisions for lease with option to purchase. Sole source negotiations shall be conducted with Hawaii Modular Space. Trailers are currently installed and being rented from this company and it is not economically feasible in terms of deinstallation/reinstallation costs and loss of Government personnel manhours to transition from one contractor to another. Each CLIN is to be quoted on a fixed price basis. Inspection and Acceptance shall be made at destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest overall price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable. Offerors are required to complete and include a copy of the following provisions and clauses with their quotes (copies may be obtained from http://farsite.hill.af.mil or from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252-225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provision: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 29 November 2000. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MM), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to Mary_K_McFeely@pearl.fisc.navy.mil.
Record
Loren Data Corp. 20001127/WSOL003.HTM (W-327 SN5073F3)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on November 22, 2000 by Loren Data Corp. -- info@ld.com