SOLICITATION NOTICE
W -- Lease with option to buy TYMCO Sweeper
- Notice Date
- 5/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-03-Q-A057
- Response Due
- 6/5/2003
- Archive Date
- 6/20/2003
- Point of Contact
- Tippi Rodarmel, Contract Specialist, Phone 702-652-5352, Fax 702-652-9570, - Willie Randolph, Chief, Services Flight, Phone 702-652-2531, Fax 702-652-2532,
- E-Mail Address
-
tippi.rodarmel@nellis.af.mil, 99cons.lgcv@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- 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: quotations are being requested and a written solicitation will not be issued. This solicitation F26600-03-Q-A057 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. This is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 7359 and the North American Industry Classification System (NAICS) is 532490 based on the offeror?s average annual gross revenue of $6.0M or less for the last three (3) fiscal years. This requirement is brand-name specific, please quote the brand name indicated without substitution or equals. Award will be made on or about 6 Jun 03 for one year lease with one dollar ($1.00) option buy of 2003 TYMCO Sweeper model 600 HSP with auxiliary hand hose, auxiliary hydraulic system, high output water system and left side lateral air flow nozzle, RH gutter broom tile, mounted on a International 4200 series truck chassis (300,000 GVW). Lease price shall include maintenance agreement. Lease period begins upon delivery. Payments will not begin prior to delivery. All quotes must be submitted in monthly payment format. The buy-out price will be submitted as a separate line item. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, past performance and price considered. The amendments (if any) will be posted on affected solicitation page EPS site http://eps.gov. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). The offerors must include with their quotations a completed copy of provision 52.212-3, Offeror Representations and Certifications?Commercial Items, obtained from http://farsite.hill.af.mil and a minimum of three (3) Past Performance References. The past performance reference shall contain reference?s name and address, point of contact, phone number including area code, contract number, project title or description of work performed under this project, contract type (firmed fix price, indefinite-delivery/indefinite quantity task order, cost reimbursement, etc), project award date, scheduled completion date, current/final completion date, project award amount, current/final project amount, contract being evaluated as a prime contractor or subcontractor, or supplier, name and title of authorizing official, signature of authorizing official, and date. The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.207-5, Option to Purchase Equipment, FAR 52.208-4, Vehicle Lease Payment, FAR 52.208-5, Condition of Leased Vehicle, FAR 52-208-6, Marking of Leased Vehicle, FAR 52-208-7, Tagging of Leased Vehicles, FAR 52.212-1, Instructions to Offerors ? Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; FAR 52.212-2 Evaluation ?Commercial Items, FAR 52.212-3, Offeror Representation and Certifications?Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation, FAR 52.212-5, Executive Orders-Commercial Items, FAR 52.217-3 -- Evaluation Exclusive of Options, FAR 52.217-5 -- Evaluation of Options, 52.217-9 -- Option to Extend the Term of the Contract, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.225-15, Sanctioned European Union Country End Products, FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies, FAR 52.228-8 -- Liability and Insurance -- Leased Motor Vehicles, FAR 52.232-18 -- Availability of Funds, FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, FAR 52.247-34 FOB Destination, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviation in Clauses, DFAR 252.204-7004, Required Central Contractor Registration, and DFAR 252.212-7001, The provisions at DFAR 252.225-7000, Buy American Act- Balance of Payments Program Certificate, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors must include with their quotations: Technical data and a completed copy of the provisions 52.212-3, Offeror Representations and Certifications--Commercial Items, and a minimum of three (3) Past Performance References. Offerors who fail to complete and submit Technical data, Representations and Certifications and Past Performance References, a minimum of three, may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM Pacific Standard time on the date specified in General Information, Current Response Date posted on affected solicitation page EPS site http://eps.gov, to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention Ms. Tippi Rodarmel. Contact Contracting Specialist, at (702) 652-5352, FAX NO. (702) 652-9570, or Tippi.Rodarmel@nellis.af.mil or Contracting Officer Mr. Willie Randolph at willie.Randolph@nellis.af.mil or (702) 652-2531 for information regarding this solicitation.
- Place of Performance
- Address: Nellis Air Force Base,Las Vegas, Nevada
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN00331628-W 20030525/030523213419 (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 |