SOLICITATION NOTICE
W -- Lease
- Notice Date
- 9/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
- ZIP Code
- 78234-1800
- Solicitation Number
- F2MRAA2226AL01
- Archive Date
- 10/5/2012
- Point of Contact
- Ronnie Hall, Phone: 2102954467, GARY BECK, Phone: 210-808-6146
- E-Mail Address
-
ronnie.hall.civ@mail.mil, gary.d.beck4.civ@mail.mil
(ronnie.hall.civ@mail.mil, gary.d.beck4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- All quotes are due no later than 12:00 PM Central Standard Time, Thursday, 20 September 2012. 1. Lease one 42' - 45' Bucket Truck Working Height Insulated Aerial, 180 days, Unit Price$ _______ Total Price$ _______. Note: Delivery location is Fort Sam Houston, TX 78261. Line item pricing should include delivery. Contractor needs to provide the following information: (Contractor must be CCR registered) DUNS number: ______________________ Cage Code: _______________________ Federal Tax ID: _______________________ Email Address: ______________________________________ Phone Number: ___________________________ Fax Number: _____________________ Name of person quoting (signature if faxing): _________________________________ FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY: 15 days After Receipt of Order (ARO) The following provisions and clauses apply to this procurement: FAR 52.204-99 System for Award Management Registration (August 2012)(DEVIATION) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) 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 (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-4, Contract Terms and Conditions Commercial Items Addendum FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, and 52.232-33 FAR 52.217-8, Option to Extend Services FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.233-1, Disputes FAR 52.247-34, F.o.b. - Destination. FAR 52.243-1, Changes and Changed Conditions FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7021 Alt 1, 252.232-7003, 252.247-7023 DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101, Ombudsman ANTI-TERRIORISM All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items: 1. Solicitation Questions: Questions will be accepted until 12:00 PM Central Standard Time Wednesday, 19 September 2012. Answers to questions will be made accessible to all potential offerors. Questions shall be in writing and sent via e-mail to: ronnie.hall.civ@mail.mil 2. Quote Requirements: Quotes must include unit and extended prices for all line items, estimated delivery/install date, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. All quotes are due no later than 12:00 PM Central Standard Time Thursday, 20 September 2012. Quotes may be emailed to ronnie.hall.civ@mail.mil or faxed to (210)- 808-6143, ATTN: Ronnie Hall. 3. Evaluation: The Government will employ a Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. 4. Basis of Award: A single award shall be made to a capable, responsive offeror who meets all solicitation requirements. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered through the SAM website at https://www.sam.gov/portal/public/SAM/. ee attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/300e680998292b7471bb2ae214b6a6ba)
- Place of Performance
- Address: Building 4196, Fort Sam Houston, Texas, 78261, United States
- Zip Code: 78261
- Zip Code: 78261
- Record
- SN02886163-W 20120919/120918001520-300e680998292b7471bb2ae214b6a6ba (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 |