Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

W -- Lease of busses for Fort Riley, Kansas 66442

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX07T0066
 
Response Due
9/18/2007
 
Archive Date
11/17/2007
 
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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911RX-07-T-0066 is issued as a request for quotation (RFQ). This solicitation is a 100% small business set aside under NAICS 532120 with the small business size standard of $2 3.5 million. Please provide a quote on the following requirement. CLIN 0001, Qty: 12 months, per month $________ Description: BUS LEASE, CONTRACTOR WILL PROVIDE 60 BUSSES. CONTRACTOR WILL REPAIR OR REPLACE DISABLED VEHICLES WITHIN 4 HOURS OF NOTIFICATION. PRICE WILL INCLUDE ALL MILEAGE AND MAINTENANCE COSTS. ***FUNDS ARE CONTINGENT UPON CONGRESS ENACTING APPROPRIATION.*** In accordance with FAR 52.212-1 and FAR 13.106-1(a)(2), the government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the sol icitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical, and past performance. Contractors should provide contact information (company name, point of contact, and phone number) on three (3) customers for whom the contractor has performed similar (scope and work) contracts within the past three (3) years. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://www.arnet.gov/far/ or http://farsite.hill.af.mil/. The following provisions and clauses are applicable: 52.208-4 Vehicle Lease Payments. 52.208-5 Condition of Leased Vehicles. 52.212-1 Instructions To Offerors Commercial Items. 52.212-2 Evaluation. 52.212-3 Alt I Offeror Representations and Certifications Commerc ial Items. 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 and the additional FAR clauses that are applicable to the acquisition: 52.219-6 Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facil ities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Di sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference. 2 52.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 52.203-3 Gratuites; 252.225-7001 Buy American Act an d Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.204-7004 Required Central Contractor Registration. Alternate Dispute Resolution. 252.243-7002 Requests for Equitable Adjustment. 5152.233-9000 ACA Executive Level Agency Protest Program. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please regi ster in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 532120 under the Goods  Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, including NAICS 532120 in the Goods  Services section, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWI NG INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; CAGE Code; DUNS number; and taxpayer identification number (TIN). Quotes may be emailed to keith.schwan ke@us.army.mil . Quotes must be received no later than 12:00 hours central time on 18 September 2006. Person to contact for additional information regarding the RFQ is Keith Schwanke, Contract Specialist, (785)239-5809, fax (785)239-5740, keith.schwanke@ us.army.mil. Included also is delivery information for prospective contractors which may be useful in developing a quotation: (i) At the present time and until further notice ALL delivery trucks must enter Fort Riley Installation through the 12th Street entrance into Camp Funston, or the Henry Dr. entrance by Marshall Army Air Field. These are the ONLY entrances deliver trucks m ay use. (a) The 12th Street entrance can be accessed from KS Highway 18, North of the Kansas River bridge. If traveling on Interstate (I-70), take Exit 303, head North direction for approximately 3.6 miles and turn left on the first traffic light to 12th Street Gate. (b) The Henry Drive entrance can be accessed by taking I-70 Exit 301, then heading North to the access control point. To obtain an installation pass, Driver(s) must present a valid Drivers License/Photo ID, current vehicle registration, and proof of current insurance card. Passenger(s) will be required to present a valid Drivers License/Photo ID. (ii) Commercial shippers participating in RAPIDGate may enter any of the installations seven (7) access control points. RAPIDGate is a voluntary access protocol used by the installation to help expedite access to the installation. For information about RAPIDGate contact EID Passports, Inc. at 1-877-RAPIDGate (1-877-727-4342). (iii) For security reasons, the bill of lading shall have the name and phone number of the Ft. Riley delivery point of contact. This includes the bill of lading presented by third party and subsequent shippers. The Director of Emergency Services (DES), For t Riley retains the right to refuse entry to the installation. Refusal of entry shall not relieve the prime contracted vendor from their responsibility to deliver as agreed to, nor shall there be an additional cost to the Government resulting from refused entry. NOTE: Commercial deliveries are accepted between 5:30 a.m. to 2:00 p.m (CST) Monday through Friday, The 12th Street Gate is closed at 2:00 p.m. and on weekends. Henry Gate is open 24 hours, 7 days a week. The installation does not provide overnight parki ng. All shipments must be accepted and off loaded the same day.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
Zip Code: 66442
Country: US
 
Record
SN01401146-W 20070912/070910221231 (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.