Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
SOLICITATION NOTICE

V -- Truck Leasing

Notice Date
12/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7012-07-T-0003
 
Response Due
12/21/2006
 
Archive Date
1/5/2007
 
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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-14. This solicitation is issued as a Request for Quotation (RFQ) no. FA7012-07-T-0003. This is an unrestricted requirement. The North American Industry Classification System code is 532120 at $23.5 Million size standard. LINE ITEM: 0001 Furnish (3) 24 Foot Trucks for lease from 1 Jan 07 to 31 May 07 with the specifications set forth in the statement of work (SOW), QTY: 5 MONTHS, UNIT PRICE: $_________, EXTENDED PRICE: $_________. Delivery date upon receipt of order: ______________________. STATEMENT OF WORK FOR USAF BAND TRUCK LEASE: 1. SCOPE OF WORK: The Contractor shall provided all labor, parts, materials and equipment needed in order to maintain and operate three (3) 24 foot Trucks. 2. Period of performance: Vehicles will be delivered on 01 Jan 2007 and returned by 31 May 2007. 3. EQUIPMENT: All rental vehicles and equipment shall include: air conditioning, 20K air ride suspension with cab release valve, intermediate air suspension seats Ether start -Automatic cold weather starting system using the engines electronic controls fire extinguisher/flare kit (per DOT), back-up alarm, roll-up rear cargo box door, E tracking recessed on both sides of cargo box at heights of 2 feet, 3 feet, and 5 feet, rail lift with minimum 4000 lb capacity located outside the cargo box which folds up and covers a portion of the rear roll-up cargo box door. 4. GENERAL INFORMATION: Monthly rental cost shall include: vehicle maintenance, licensing, permits, 24-hour road service, and substitute vehicles. Mileage shall be included in the rental fee and be unlimited in quantity. The vehicles will be domiciled on Bolling AFB at Hangar 2. The trucks will be transporting Band equipment (i.e. electronic sound reinforcement gear and instruments). 4.1. The contractor shall guarantee to repair or replace any truck and other equipment within 24-hours of notification (7-days per week) of any kind of problems should an emergency situation arise or a problem occur that the USAF Band personnel cannot correct. If any repairs take longer than 24 hours, the replacement vehicle shall remain with the Band until the original vehicle is repaired. 4.2. Any damage not considered normal wear and tear or part of vehicle manufacturer scheduled maintenance shall be submitted to the Bolling AFB claims office for resolution. 4.3. The contractor shall not refuel the vehicles at the government expense. 4.4. For preventative maintenance: the contractor shall deliver to/from the following address: 201 McChord Street Bolling AFB, DC 20032. 5. OPERATING EXPENSES AND COMPLIANCE WITH LAWS: The contractor shall obtain all permits; give all necessary notices; pay all license fees and comply with all municipal, local, state and federal laws, relating to public health or applicable to the business carried out under this agreement; and assume complete and sole liability for all national, state and local taxes applicable to the equipment, income and transactions of the contract. 5.1. The Contractor shall be responsible for furnishing motor oil, antifreeze, and similar items as needed. 6. ENVIRONMENTAL PROTECTION: The contractor shall provide equipment to prevent any interference or disturbances to the ecological balance of the environment. The contractor shall provide equipment to protect air, water, land and wildlife and to prevent noise, solid waste or hazardous chemicals from disturbing the environment. Prices should reflect FOB: Destination. If applicable, GSA Schedule prices will be accepted. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Delivery/Acceptance will be at 110 McChord Street, Bolling AFB, Washington DC 20032. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.225-7000. PARAGRAPH (1): Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and on the basis of best value to the Government without discussions. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.209-6, 52.214-34, 52.214-35, 52.223-5, 52.249-8, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000, 252-247-7023 and AFFARS 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items (DEV) apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.214-31, 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 4:00 P.M. EST on 21 December 06 to 11th CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil. The Required 52.212-3 form can be completed online through: Online Representations and Certifications Application (ORCA) once you have your DUNS and MPIN numbers you will be able to register at http://orca.bpn.gov . Questions concerning this solicitation should be addressed to SSgt Kaia Pinnock, Contract Specialist, Phone (202) 767-8033, FAX (202) 767-7887, E-mail to kaia.pinnock@bolling.af.mil or SSgt Gus Spencer, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887, E-mail to gus.spencer@bolling.af.mil.
 
Place of Performance
Address: 201 McChord Street, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01196676-W 20061216/061214220923 (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.