Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

W -- Forklift Lease

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0026
 
Response Due
4/21/2006
 
Archive Date
5/6/2006
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement to lease four (4) forklifts. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Part 13 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. All quotes shall reference the Request for Quotation number H92239-06-T-0026. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-07. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 532490. The small business size standard is $6 million in average annual receipts over the preceding three fiscal years. This requirement is unrestricted, full and open competition. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order. REQUIREMENT: Lease four (4) forklifts. Forklift specifications are 5000 lb minimum capacity, propane powered, 42 inch forks, 189 inch lift capacity, solid pneumatic tires, seven foot clearance, and horizontal and vertical capability with tilt. The contractor is responsible for all repairs and shall respond within 24 hours after being notified. If a forklift cannot be repaired on-site within forty eight(48) hours of the contractor being notified, a loaner shall be furnished at that time. All equipment provided under this order shall be no more than three (3) years old. The contractor shall provide pick up and delivery. The customer is responsible for fuel and daily maintenance, such as oil and lubrication. LEASE PERIOD: The Government intends to award a firm fixed price purchase order for a base period and four option periods. PRICE: The overall total price will be evaluated. Price shall include a firm fixed price for the Base Period of 5 months, 1 May 2006 through 30 September 2006; First Option Period 1 October 2006 through 30 September 2007; Second Option Period 1 October 2007 through 30 September 2008; Third Option Period 1 October 2008 through 30 September 2009; and Fourth Option Period 1 October 2009 through 30 September 2010. Pricing shall include a monthly unit price and a total price for each period. DELIVERY/ACCEPTANCE: The contractor shall deliver three forklifts to Fort Bragg, North Carolina and one forklift to Camp MacKall, North Carolina. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items- Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical acceptability is defined as the contractor's ability to meet, or exceed, the requirement. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.208-4 Vehicle Lease Payments; 52.208-5 Condition of Leased Vehicles; 52.228-8 Liability and Insurance-Leased Motor Vehicles; 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, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services with the following fill in "The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting officer may exercise the option by written notice to the Contractor within 30 days of date of contract expiration."; 52.217-9 Option to Extend the Term of the Contract with the following fill in "(a) The Government may extend the term of this contract by written notice to the Contractor with 30-60 days prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires." and "(c) The total duration of this contract, including the exercise of any option under this clause, shall not exceed 4 years and 11 months."; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7001 applicable; 252.232-7003, Electronic Submission of Payment Requests. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. EST, 21 April 2006. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include monthly unit price and total price for the base period and option periods, (2) past performance information to include name, address, and phone number of at least three references, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and sent electronically to the contract specialist's address. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, and e-mail portere@soc.mil.
 
Place of Performance
Address: FORT BRAGG NORTH CAROLINA
Zip Code: 28310
Country: US
 
Record
SN01025986-W 20060413/060411221339 (fbodaily.com)
 
Source
FedBizOpps 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.