SOLICITATION NOTICE
23 -- Rental/Lease of 25 Semi-Trailers
- Notice Date
- 6/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
- ZIP Code
- 56345-4173
- Solicitation Number
- W912LM05T0016
- Response Due
- 6/15/2005
- Archive Date
- 8/14/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 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 in this notice. This announcement constitutes the only solicitation; quotes are bei ng requested and a written solicitation will not be issued. W912LM-05-T-0016 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-03. This acquisiti on is set-aside for small business. The applicable NAICS code is 532120; SIC Code is 7513. The business size standard is $21.5 mil. The following non-personal services are required: CLIN 0001 Lease of 25 Each 53 Semi-Trailers. All trailers are to b e delivered from the vendor to various unit locations throughout the State of Minnesota as identified in Clin 0003. Preferred format for quoting purposes: Cost per Trailer Per Month X 9 months X total number of trailers. NOTE: It is anticipated that the length of the resulting contract will run from 7 July 2005 through 30 March 2006. Please provide the Government with your billing policy for additional days that run over / under a full month. NOTE: This is a time sensitive movement. Vendors may have t he trailers on-site up to 7 days in advance to assure that all trailers are at their destination in a timely manner, with billing to begin on the required delivery date. CLIN 0002 Emergency Service. Trailer Contract must include, at no additional cost, a Nation-wide 24 hour 1-800 emergency service number which can be used for tire repair/replacement or any other service required on the trailer during the lease period. Preferred format for quoting purposes: Cost for this service is $ (cost per mile) per trailer. NOTE: It is anticipated that each trailer will have approximately 3,000 miles put on it during the lease period for a combined total of 75,000 miles. CLIN 0003 First Trailer Move. The First move is from the vendor location to approximately 20 locations throughout the State of Minnesota. Preferred format for quoting purposes: Hourly Rate and How many drivers are available for this move. It is assumed that the Government will be billed portal to portal with the clock starting when the driver s leave the vendor location and stopping when the driver returns to the vendor location. Listed following is the delivery schedule and locations: 7 July 2005: Moorhead (4 Trailers), Minneapolis (1 Trailer), Pine City (1 Trailer), Crookston (1 Trailer); Detroit Lakes (1 Trailer). 14 July 2005: Winona (1 Trailer), New Ulm (3 Trailers), Fairmont (1 Trailer), St Peter (1 Trailer), Camp Ripley (1 Trailer). 21 July 2005: Brainerd (3 Trailers), Sauk Centre (1 Trailer). 22 July 2005: Minneapolis (1 Trailer), Rosemount (1 Trailer). 28 July 2005: E ast St Paul (1 Trailer), Hutchinson (3 Trailers). CLIN 0004 Second Trailer Move. The Second move is from approximately 20 Unit locations throughout the State of Minnesota to Camp Ripley, Little Falls, MN. The preferred format for quoting purposes: Ho urly Rate and How many drivers and trucks are available for this move. Note: It is estimated that the average billable time for each trailer will be twelve (12) hours from portal to portal. Note: This move is estimated to take place around 1 September. This date will be firmed up as more information becomes available. CLIN 0005 Third Trailer Move. The Third move is to relocate the trailers from Camp Ripley, Little Falls, MN to Camp Shelby, Hattiesburg, Mississippi. Camp Shelby is approximately 1,3 15 miles from Camp Ripley. Preferred format for quoting purposes: 1,315 miles X Cost per mile X 25 trailers and the number of drivers and trucks available for this move. Note: Mileage will be computed and paid based on the Defense Table of Official Des tinations (DTOD). Note: This move is anticipated to occur mid to late September or early October with approximat ely a 1-2 week time frame in which it will need to be accomplished. CLIN 0006 Fourth Trailer Move. The Fourth move is to return the trailers from Camp Shelby, Hattiesburg, Mississippi back to Camp Ripley, Little Falls, Minnesota. Preferred format for quoting purposes: 1,315 miles X Cost per mile X 25 trailers and the number of drivers and trucks available for this move. Note: Mileage will be computed and paid based on the Defense Table of Official Destinations (DTOD). Note: This move is anticipated to occur mid to late March of 2006. Note: The Government reserves the right to designate whether the trailers are returned to the Unit Location, Camp Ripley, or directly to the vendor location if the trailer is cleaned and ready. CLIN 0007 Fifth Trai ler Move. The Fifth move is to dray the remaining trailers back to the vendor location. The preferred format for quoting purposes: Hourly Rate and the number of drivers and trucks available for this move. Note: The estimated billable time for these mov es is eight (8) hours portal to portal. NOTE: The Government reserves the right to contract an alternative method of relocating the trailers from Minnesota to Mississippi and may choose not to award CLIN Numbers 0005 and 0006. NOTE: The successful vend or will need to supply the drivers for each of the relocations anticipated during the lease period. Vendor will be provided as much advance notice as the Government can give them on each relocation move. Payment will be made through Electronic Transfer o f Funds. Successful vendor must be registered with Central Contractor Registration (www.ccr.gov). The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items(Jan 2005); FAR 52.212-3, Offero r Representations and Certifications Commercial Items (Mar 2005); FAR 52.212-4, Contract Terms and Conditions Commercial Items(Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2005) (including 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.232-36); DFARS 252.212-7000, Offeror Representations and Certifications Commerical Items (Nov 1995); and DFARS 252.212-7001, Contract Terms and Condition Required to Imple ment Statutes or Executive Orders Applicale to Defense Acquisitions of Commercial Items (Jan 2005)(including 252.225-7001 and 252.225-7036). The Government will evaluate quotes in response to this request and award a purchase order/contract to the respons ible offer or whose offer conforming to this request, will be most advantageous to the Government considering price and ability to perform in a timely manner. Award will be based on the best value to the Government in accordance with procedures in FAR 13. 106-2(b). As a part of their quotation offerors must submit the following information: Vendor name as registered with CCR, address, phone number, email address, Federal Tax Identification Number, Duns Number, Cage Code and Payment Terms. Offers should be submitted to U.S. Property & Fiscal Office Minnesota, Procurement Division, Colleen Moore, 15000 Highway 115, Camp Ripley, Little Falls, MN 56345-4173 or send to Colleen.Moore@mn.ngb.army.mil via email. Quotes must be received no later than 15 June 20 05 by 4:30 CDST. Fax transmission of quotes will be accepted at 320.632.7799. All responsible sources may submit a quote which shall be considered.
- Place of Performance
- Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
- Zip Code: 56345-4173
- Country: US
- Zip Code: 56345-4173
- Record
- SN00827576-W 20050612/050612190621 (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 |