Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2004 FBO #1095
SOLICITATION NOTICE

W -- MOTOR VEHICLE LEASE: MEDIUM DUTY TRUCK WITH 18' OR 20' BOX

Notice Date
11/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
MWRO - Midwest Regional Office National Park Service 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
Q6490050013
 
Response Due
12/8/2004
 
Archive Date
11/23/2005
 
Small Business Set-Aside
N/A
 
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. Solicitation Number Q6490050013 incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) release: 2001-22, effective date: May 5, 2004. This acquisition is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code is 532120, and the Small Business size standard is $21.5 million dollars in gross receipts. DESCRIPTION: Motor Vehicle Lease of Medium Duty Truck (Cab & Chassis with 18' or 20' Box). Make and Model: GMC W5500-HD or Equal. Salient physical, functional, or performance characteristics: (1) GVWR 26,000 lbs. (maximum), (2) Body/Payload Allowance 8,000 lbs. (minimum), (3) V8 Diesel Engine, (4) Automatic Transmission, (5) Hydraulic Antilock Brake System, (6) Tinted Glass, and (7) Mud & Snow Rated Tires. Equipment and Accessories: (1) Air Condition, (2) AM/FM Radio with cassette or CD player, (3) Engine Block Heater, and (4) 18" or 20' Step-up rear or Low Profile Deck 8' H with Side-Entry Door and Load tie-downs. Preferred Color: White. Additional Contract Requirements: (1) The contractor shall perform all maintenance, emergency repair, and service at no additional cost to the Government. (2) Manufacture commercial warranty. (3) 24-hour nationwide roadside agreement coverage. (4) Motor Vehicle must comply with Federal Motor Vehicle Safety Standards and applicable State motor vehicle safety regulations. (5) Lease terms shall permit the Government to modify vehicle with magnetic NPS logo and temporary storage units, where needed. (6) The Government will furnish gasoline, motor oil, antifreeze, and similar items. (7) The Federal Government is self-insured (no additional insurance required) and will be responsible for damaged or lost through willful misconduct or neglect. (8) The lease vehicle is for the exclusive use of the U.S. Government and may qualify for state or local tax exemption (U.S. Department of Interior Tax Exempt I.D. 140001849). (9) Mileage Allowance: 20,000 per year (minimum). Required Delivery Date: 01/03/2003. Delivery terms: FOB Destination, Omaha, NE. All eligible vendors are invited to submit a fixed price quotation for CLIN 0001, Base Year (date of delivery to 09/30/2005); CLIN 0002, Option Period One (01/10/2005 to 09/30/2006); and CLIN 0003, Option Period Two (10/01/2006 to 09/30/2007). Invoices shall be paid monthly or quarterly in arrears. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is deemed most advantageous to the Government, price and other factors considered. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this solicitation and are incorporated by reference: 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; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (basis of award: lowest evaluated price consistent with FAR Part 12 and 13); 52.212-3, Offeror Representations and Certifications-Commercial Items (a completed copy of which must accompany the quotation); 52.212-4, Unique Requirements Regarding Terms and Conditions for Commercial Items; 52.212-5, Applicability of Certain Laws to the Acquisition of Commercial Items (Applicable clauses: 52.225-1, Buy American Act-Supplies; 52.225-2, Buy American Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration); 52.217-7, Option for Increased Quantity-Separately Priced Line Item; 52.228-8, Liability and Insurance-Leased Motor Vehicles; 52.232-8, Discounts for Prompt Payment; 52.232-18, Availability of Funds; 52.233-1, Disputes; and 52.247-34, F.o.b. Destination. The full text of FAR references may be accessed in full text at Internet address http://www.arnet.gov/far/. If the vendor does not register in the Central Contractor Registration (CCR) database prior to time of award, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Prospective contractors may obtain information on registration and annual confirmation requirement via the Internet at http://www/ccr/gov of by calling 1-888-227-2423. Signed, dated quotation must be received on or before December 8, 2004. Address quotation to Midwest Regional Office, 601 Riverfront Drive, Omaha, NE 68102. Please reference the Solicitation Number on the face of envelop or package. No fax entries will be accepted. For questions regarding this acquisition, contact Andre Ward, Contract Specialist, or 402-661-1680, or email: Andre_Ward@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1665413)
 
Place of Performance
Address: NATIONAL PARK SERVICE, MIDWEST REGIONAL OFFICE, LEWIS AND CLARK NHT, OMAHA, NE
Zip Code: 68102
Country: USA
 
Record
SN00712450-W 20041125/041123212140 (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.