Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

W -- 5 ton Truck Lease - Performance Work Statement - Combined Synopsis

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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 Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D0247062AW01
 
Archive Date
6/10/2017
 
Point of Contact
Lakisha Holston, Phone: 2406125647, Arthur Lawrence C. Morales, Phone: 240-612-5639
 
E-Mail Address
lakisha.n.holston.ctr@mail.mil, arthur.l.morales.mil@mail.mil
(lakisha.n.holston.ctr@mail.mil, arthur.l.morales.mil@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Combined Synopsis Performance Work Statement 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F1D0247062AW01 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. All responsible sources may submit an offer to be considered by the agency. 2. This requirement will be pursued as a Women-Owned Small Business Set Aside. The North American Industry Classification System (NAICS) code is 532120 (Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing), and the small business size standard is $ 38.5 million. 3. The Government will award a firm fixed price contract for the lease (base plus two (2) option periods) of a twenty-four (24) foot, five (5) ton truck for usage on Joint Base Anacostia-Bolling. The following items/services are being procured: CLIN Description Quantity Unit Price Total Price 0001 Base Year - One (1) standard cab, 24 ft. 5-ton truck 33kGVW with Rail lift loading ramp and a side under-cargo box portable loading ramp 12 months 1001 Option Year 1 - One (1) standard cab, 24 ft. 5-ton truck 33kGVW with Rail lift loading ramp and a side under-cargo box portable loading ramp 12 months 2001 Option Year 2 - One (1) standard cab, 24 ft. 5-ton truck 33kGVW with Rail lift loading ramp and a side under-cargo box portable loading ramp 12 months Minimum Salient Characteristics: One (1) standard cab, 24 ft. 5-ton truck 33kGVW with Rail lift loading ramp and a side under-cargo box portable loading ramp. The vehicle shall be in good condition (2015 or newer) with no major damage. Also, the truck shall have a rail lift loading ramp with a minimum 4000 lbs. capacity located outside the cargo box which folds up and covers a portion of the rear roll-up cargo box door. Features: Standard cab, 24 ft. 5 ton truck/CDL 33,000GVWR with interior height of cargo box at 98" (94" when roll-up door is in the 'up' position), interior dimensions of cargo box must be at a minimum 98" wide and at least 24' long, 20K air ride suspension with cab release valve, air conditioning, intermediate air suspension seats, ether start, fire extinguisher/flare kit, back-up alarm, roll-up rear cargo box door, horizontal E-tracking recessed on both sides of cargo box at heights of 18", 36" and 60" on center, interior cargo box work lights, lockable 36", rail lift with minimum 4000lbs capacity located outside of cargo box that folds up and covers a portion of the rear roll-up cargo box door, under-cargo box portable ramp storage brackets that accommodate a 16' split aluminum ramp (for use w/ side door if rail lift fails). SEE ATTACHED PWS FOR FURTHER SPECIFICATIONS. 4. Shipping Information & Instructions Delivery shall be the sole responsibility of the vendor. Deliverables and performance will be provided to the United States Air Force Band, 201 McChord Street, Joint Base Anacostia-Bolling, District of Columbia. Anticipated Period of Performance is 1 June 2017 to 31 May 2018 (Base). 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Oct 2015) 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ' Lowest Price Technically Acceptable ' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2014); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2015) Alternate I (DEVIATION) (Dec 2015); 52.219-18 - Notification of Competition Limited to Eligible 8(a) Concerns (Jun 2003) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews, MD 20762 7. All quotes must be sent via e-mail to Ms. Lakisha Holston at lakisha.n.holston.ctr@mail.mil. Quotes shall be submitted no later than 12:00 PM Eastern, 26 May 2017. Questions shall be submitted no later than 12:00 PM Eastern, 19 May 2017, the answers to which will be posted in an addendum to the solicitation on 22 May 2017. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D0247062AW01 /listing.html)
 
Place of Performance
Address: United States Air Force Band, 201 McChord Street, Joint Base Anacostia-Bolling, District of Columbia, Joint Base Anacostia-Bolling, District of Columbia, United States
 
Record
SN04486587-W 20170428/170426235624-ac156be6843dc7c5d3130b8d477bd3ad (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.