Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2006 FBO #1728
MODIFICATION

W -- Vehicle Lease-38th RQS

Notice Date
8/18/2006
 
Notice Type
Modification
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS - Moody, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-06-Q0092
 
Response Due
8/31/2006
 
Point of Contact
Annette Rice, Contract Specialist, Phone 229-257-3226, Fax 229-257-4032,
 
E-Mail Address
annette.rice@moody.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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-06-Q-0092 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11, Defense Acquisition Circular (DAC) 91-13 Correction, and Air Force Acquisition Circular (AFAC) 2006-0515. This solicitation will be set-aside for Small Business concerns IAW 6.206. The North American Industry Classification System is 532112. BID SCHEDULE: Bid Schedule shall be for : 0001 Ford F350 Lariat Full size pickup 4WD crew cab, Dual rear whets required (increase safety when towing trailers in cross winds and increase ability to pull heavy boats out of the water on wet boat ramps); Pick up, 6 passenger, 4X4, w/Class IV, 2” trailer tow package installed for 10,000lbs or more; Accessories to include bed-liner, bug guard, light hook-ups; Leather interior, front bench seat, full floor covering, scuff plates; Rear wheel, anti-lock braking system, driver and front passenger airbags, AM/FM stereo with CD player and digital clock; Color: Blue; Annual usage: 36,000 miles per year with additional charge of $.15 per mile over the amount. Vehicle will be delivered through local dealer; Manufacturer warranty 36mths/36,000 miles to include 24/7 roadside assistance. Proposals offered will include all taxes, including local-state-and federal, and all applicable licensing fees. 0002 Ford Econoline E350 XL10 15 passenger seating with vinyl front bucket seats; electron AM/FM Cassette/CD Player stereo with digital clock; front and rear high capacity air conditioning, front and rear; full length vinyl floor covering; engine condole covering; power windows; power door locks; front power outlet; tilt steering column; tachometer; cup holders; cargo area tie-downs; 4 speed electronically controlled automatic transmission with overdrive; power steering; extended service interval; 4 wheel abs brakes; independent front suspension; rigid rear suspension; stabilizer bar; 5.4 liter, triton v8, 16 valve, SOHC, SEFI engine, front/longitudinal mounted with horsepower of 255 @ 4500 and torque of 350@2500, cast iron block and aluminum cylinder heads; front and rear disc brakes; unleaded fuel; 3 doors, passenger side sliding door; maximum towing capacity of 9800lbs; front dual power adjustable exterior mirrors; interval wipers; tinted glass; 16 x 7” alloy wheels, 1t245/75rx 16e bsw all season tires; underbody tire carrier; gold ash exterior color; medium flint interior color; drivers air bag; passengers air bag; side guard door beams; vehicle anti theft; warranty 36 mths/ 36000 miles; power train 36mths/36000 miles. Annual usage: 15,000 miles per year. Proposals offered will include all taxes, including local-state-and federal, and all applicable licensing fees. 0003 Ford F350 Pick up truck, 4 door, 6 passenger; engine greater than 400 cu in., automatic transmission; 4 wheel drive; long bed; class IV, 2” hitch receiver installed rated for 10,000lbs or greater trailer with weight equalizing hitch; bed liner included; AM/FM stereo with CD player and digital clock; Color: Blue estimated annual usage; 36,000 miles per year. Manufacturer warranty 36mths/36,000 miles to include 24/7 roadside assistance. Proposals offered will include all taxes, including local-state-and federal, and all applicable licensing fees. 0004 Ford Econoline E350 XL10 15 passenger seating with vinyl front bucket seats; electron AM/FM Cassette/CD Player stereo with digital clock; front and rear high capacity air conditioning, front and rear; full length vinyl floor covering; engine condole covering; power windows; power door locks; front power outlet; tilt steering column; tachometer; cup holders; cargo area tie-downs; 4 speed electronically controlled automatic transmission with overdrive; power steering; extended service interval; 4 wheel abs brakes; independent front suspension; rigid rear suspension; stabilizer bar; 5.4 liter, triton v8, 16 valve, SOHC, SEFI engine, front/longitudinal mounted with horsepower of 255 @ 4500 and torque of 350@2500, cast iron block and aluminum cylinder heads; front and rear disc brakes; unleaded fuel; 3 doors, passenger side sliding door; maximum towing capacity of 9800lbs; front dual power adjustable exterior mirrors; interval wipers; tinted glass; 16 x 7” alloy wheels, 1t245/75rx 16e bsw all season tires; underbody tire carrier; gold ash exterior color; medium flint interior color; drivers air bag; passengers air bag; side guard door beams; vehicle anti theft; warranty 36 mths/ 36000 miles; power train 36mths/36000 miles. Annual usage: 15,000 miles per year Proposals offered will include all taxes, including local-state-and federal, and all applicable licensing fees. Item quoted must be the exact item listed OR EQUAL. The contracting officer will determine if the quoted product is a suitable substitution making them qualify as an OR EQUAL product. Only one award will be made. DELIVERY/ACCEPTANCE: Delivery shall be made not later than 01 Oct 2006 to 38 RQS/LGSS, 7196-B Savannah Street, Moody AFB, GA 31699. FOB POINT: Destination. EVALUATION: This acquisition is for an end of year purchase. Acquisition will be made UPON AVAILABILITY OF FUNDING. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm till 1 October 06.” PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. The following listed FAR clauses apply to this solicitation and are hereby incorporated: FAR 52.212-1, Instruction to Offerors Commercial Items (The following addenda is provided to this provision: Quotations submitted shall contain SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; PROPOSED DATE OF DELIVERY IF UNABLE TO DELIVER BY THE REQUESTED DATE, TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotations shall also contain all other documentation specified herein. Signed quotations must indicate quantity, unit price and total amount for each item and a total amount of all items. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (OFFERORS SHALL INCLUDE A COMPLETE COPY OF THIS PROVISION WITH THEIR OFFER.); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.214-21, Descriptive Literature; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-1, Buy American Act-Supplies (41 U.S.C. 10); FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses (All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423, FAR 52.228-5 Insurance-Work on a Government Installation.); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241).]; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000 Material Inspection and Receiving Report. RESPONSE TIME: Requests for Quotation will be accepted at the 347TH CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 21 AUG 2006. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. MULTIPLE AWARDS WILL NOT BE MADE FROM THIS COMBINED SYNOPSIS/SOLICITATION. Facsimile and email offers will be accepted. Contracting Officer: Mr. James Kessel. The point of contact for this solicitation is Ms. Annette Rice, 229-257-3226, 229-257-4032 (fax), annette.rice@moody.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSOC/347cons/FA4830-06-Q0092/listing.html)
 
Place of Performance
Address: Moody AFB, GA
Zip Code: 31699-1794
Country: UNITED STATES
 
Record
SN01120209-F 20060820/060818230223 (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.