Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
MODIFICATION

45 -- Sewer-Jetter Truck Lease (with Option to Purchase)

Notice Date
6/18/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F65501-02-TA021
 
Response Due
6/20/2002
 
Archive Date
7/5/2002
 
Point of Contact
Eric Heaton, Contract Specialist, Phone 907-552-4505, Fax 907-552-7497,
 
E-Mail Address
eric.heaton@elmendorf.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SEWER-JETTER TRUCK. 1) 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 2) Solicitation F65501-02-TA021 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. 4) This solicitation is a 100% small business set-aside. The NAICS code is 533110; Size standard: $6,000,000. 5) DESCRIPTION: Lease Sewer-Jetter Truck, Model Number 800-HPR or equal. Mfr: Sewer Equipment Company of America. Quantity: 1 each. This requirement is needed immediately. (For this reason, provide a daily lease price.) Lease period anticipated to begin on or about July 1, 2002 and will go through September 30, 2002. Government is leasing with the option to purchase the sewer-jetter truck during the term of the lease period. 6) SPECIFICATIONS: Call or email to obtain the Model 800-HPR sewer-jetter truck specifications and list of required accessories. Provide your fax number in your request. Statement of Work for lease: Contractor shall deliver the sewer truck at the beginning of the lease. Contractor shall retrieve the sewer truck at the end of the lease period. Contractor shall be responsible for all routine maintenance such as oil changes, periodic services, and repairs. All repairs shall be accomplished within three hours of being notified by the Government at no additional cost. If repairs are not accomplished within three hours, a prorated deduction of the lease or a time compensation for an extension of the lease shall be given to the Government. The Government will be responsible for daily maintenance such as checking and maintaining fluid levels for proper operation and daily lubrication. The contractor shall notify the Government point of contact(s) seven days prior to the end of the lease. The Government has included the lease with option to purchase clause within this requirement. The Government reserves the right to purchase this sewer-jetter truck at any time during the term of the lease period. **Notice to offerors: Authorization to purchase leased vehicle is currently not available, however the Government reserves the right to purchase if authorization is received.** When submitting quotations be sure to include daily lease price and buy off/purchase price for the option to purchase. Also ensure you provide the delivery date and payment terms. 7) DELIVERY: FOB DESTINATION to Elmendorf AFB, Alaska. Contractor will be responsible for delivery of sewer-jetter truck as well as pick-up once lease period is over, if option to purchase is not exercised. 8) FAR 52.212-1 ? Instructions to Offerors?Commercial, applies to this acquisition. 9) FAR 52.212-2 ? Evaluation ? Commercial Items. Award will be made based on the low price (including purchase price)/technically acceptable offer; Government will evaluate offers based on lease and purchase cost assuming purchase is at the end of the term of the lease. The government reserves the right to make award on the initial quote received without discussions. 10) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items with Alternate 1 with the offer. The Representations and Certifications can be obtained at the following website: http://farsite.hill.af.mil/. 11) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 12) FAR 52.212-5(Dev) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items applies to this acquisition; only the following FAR clauses in paragraph (b) are applicable: 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 Veterans; 52.222-.36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64 ? Preference for Privately Owned U.S. Flag Commercial Vessels. 13) The following provisions and clauses also apply: FAR 52.207-5, Option to Purchase Equipment; 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; DFARS 252.204-7004 ? Required Central Contractor Registration. Prospective contractors must be registered in the CCR prior to award. To register go to www.ccr.gov. You must have a DUNS number available when registering; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.247-7022, Representation of Extent of Transportation by Sea. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; only the following DFARS clauses in paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings Alt I. 252.247-7023, Transportation of Supplies by Sea. 14) N/A. 15) N/A. 16) Quotes must be signed, dated, and submitted on company letterhead. Quotes are due NO LATER THAN 20 June 2002 (4:00 P.M. Alaska Time). Send quotations to the 3rd Contracting Squadron/LGCA, Attn: SSgt Eric Heaton, 10480 22nd Street, Elmendorf AFB, AK 99506-2500. Quotations may be submitted via fax at (907) 552-7497 or email at eric.heaton@elmendorf.af.mil. Contact SSgt Eric Heaton at (907) 552-4505 or SSgt Rachel Hier at (907) 552-5302 for additional information regarding this solicitation.
 
Place of Performance
Address: 3rd Civil Engineering Squadron (3 CES), Elmendorf AFB Alaska
Zip Code: 99506
Country: USA
 
Record
SN00095369-W 20020620/020618213917 (fbodaily.com)
 
Source
FedBizOpps.gov 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.