Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
SOLICITATION NOTICE

25 -- Surrey Type Bus

Notice Date
9/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F7TRNS21690300
 
Point of Contact
David Bales, Contract Administrator, Phone (915) 696-2679, Fax (915) 696-4078, - Matthew Keller, Contract Administrator, Phone (915) 696-2546, Fax (915) 696-4078,
 
E-Mail Address
David.Bales@dyess.af.mil, matthew.keller@dyess.af.mil
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation (F7TRNS21690300) is issued as a request for quotations. This solicitation as well as all provisions and clauses are current through Federal Acquisition Circular 2001-08. Offers are due to 7th Contracting Squadron, 381 3rd St, Dyess AFB, TX 79607 not later than 1630 or 4:30 P.M. central standard time on 23 September 2002. Any prospective offeror must be registered in the Central Contractor Registration in order to be eligible for award. Additional information on CCR is available at (888) 227-2423. The Contractor shall provide all personnel, equipment, tools, materials, supervisions and other items necessary to provide 1 each surrey transit bus. Must accommodate 16 passengers. It must also contain the following: Minimum of a 7.3 Liter Turbo Diesel engine Minimum 130 Amp Alternator Entrance Door, 36? Built in Body, Electric 3 Point seat belt for driver with height adjustment White Aluminum Exterior Roof & Sidewalls Fiberglass Front & Rear Cowls Tinted Bay Windows Welded Steel cage of 1? X 16 gauge square tubing 1? Polystyrene Foamed Board Insulation Colored Rubber Floor and Aisle or Carpeting Right and Left Hand Entrance Grab Rails Steel Wheel Wells Heavy Duty Painted Rear bumper Modesty Panels and Stanchions 87,000 BTU Auxiliary Air Conditioning, dual Compressors Fiberglass Running Boards (Driver/Passenger) Steel Belted Radial Tires Flat Floor Construction Fabric Seating (All Seats) ?As Built? Owner?s manual with custom wiring diagrams 36X80? 2 panel door with electric operator 79? Interior Headroom throughout AM/FM Stereo/Cassette/PA with Six Passenger speakers and dash speakers Driver Training and Vehicle Operation Video 158? wheelbase E40 RV cutaway 14,050 lb GVWR Super Engine Cooling Power Steering Tilt Steering w/ Cruise Control Chrome Bumper and Grill Full gauges Highway Triangle Kit 45,000 BTU Heater Backup Alarm 3rd Brake Light Limo Pkg Fabric on Sidewalls and Ceiling Extra Light next to Entrance Door Skirting Painted Stainless Steel Wheel Liners Standard Paint Package 1? Triple Stripe Large Stationary Rear Window, 26X54? Window, Vista w/mirror finish 7?X10? Convex Mirror Mud Flaps Front & Rear Drive Shaft Guard Track Seating Emergency Escape Hatch Entry Stanchions for Passenger Safety ? Stainless Steel Fire Extinguisher First Aid Kit Anti-lock Power Brakes (Front ? Disc, Rear ? Drum) 4 Speed Automatic Transmission w/Overdrive Heavy Duty Transmission Fluid Cooler Intermittent Wipers Dual Electric Horns Specifications on any and all alternate products must be an equal match or better to the specifications above. Commercial warranties are strongly encouraged. Warranty terms shall be included in your response. Any maintenance not specifically covered under warranty will be the responsibility of the 7th Transportation Squadron. This will be a 48-month lease to purchase. Lease period begins upon delivery with delivery required by 30 November 2002. Payments will not begin prior to delivery. All quotes must be submitted in monthly payment format. Offerors are also required to provide at time of quote a spreadsheet that lists buyout costs for each month on a descending basis. All responses will be evaluated on price and warranty terms, with price significantly more important than warranty terms. Any information is voluntary. The government will not pay for any information submitted in response to this combined synopsis/solicitation request. Telephone requests for the solicitation will not be accepted, and solicitation packages will not be mailed. Once the solicitation is posted, it is incumbent upon the interested parties to review this website frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and/or WinZip (.zip or .exe). More information concerning these viewers can be found on the EPS website. The following clauses are hereby incorporated into this synopsis/solicitation by reference and can be found on http://farsite.hill.af.mil. 52.212-1 ? Instructions to Offerors -- 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 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 - Required Central Contractor Registration 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7000 - Buy American Act -- Balance of Payments Program Certificate 52.222-3 -- Convict Labor 52.233-3 -- Protest After Award 52.203-6 -- Restrictions on Subcontractor Sales to the Government ? Alternate I 52.219-8 -- Utilization of Small Business Concerns 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 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration 52.239-1 -- Privacy or Security Safeguards 52.208-4 ? Vehicle Lease Payments 52.208-5 ? Condition of Leased Vehicle 52.207-5 ? Option to Purchase Equipment The following clause is hereby incorporated by full text: 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 (insert the period of time within which the Contracting Officer may exercise the option); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days (60 days unless a different number of days is inserted) before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 September 2003 . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2003, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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 factors shall be used to evaluate offers: Price_______________________________________ Warranty Terms______________________________ ___________________________________________ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. (End of Provision)
 
Place of Performance
Address: 7 TRANS, Dyess AFB TX
Zip Code: 79607
Country: USA
 
Record
SN00162305-W 20020912/020910213423 (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.