Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1997 PSA#1903

Contrtacting Office, Attn: John R. Huebert P.O. box 1609 Oceanside, Ca 92051

38 -- LEASE OF SEWER CLEANER TRUCK SOL M0068197T4357 DUE 040897 POC Sgt John R. Huebert 760-725-3112. 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. Solicitation number M0068197T4357 applies and is issued as a Request for Quotation. The Government intends to lease the following under Simplified Acquisition Procedures, unrestricted: Quantity 1; Camel-200 Sewer Cleaner Truck MTD Diesel powered or equal, from 2 September 1997 to 27 February 1998. The following is a list of minimum specifications: Horse Power, 225. Fresh water holding tank for rising, 300 gallons. Debris holding tank, 5 cubic yards. Front vacum system capable of 210 degree rotation. Pressure reel hose, 600 feet. Water pump PTO driven, 2000psi. 4X 6 intermediate and rear axle drive. Automatic transmission. The vehicle will be used only on Camp Pendleton, California and the Government does not intend to remove the vehicle during the term of the lease. Applicable FAR clauses, Terms and Conditions. FAR 52.208-5, Condition of Leased Vehicles. In addition, the Government will be responsible to conduct all preventive maintenance as specified in the vehicle maintenance manual, provide fuel, oil, antifreeze, and other required lubricants as required to maintain the vehicle in proper working order. The Contractor shall be required to preform all other maintenance to include labor and replacement items on the vehicle. Replacement items include but are not limited to hoses, tires, cables, and other equipment or parts that may fail due to normal usage. The Government will only be obligated for replacement of parts and accessories due to neglect or misuse. In the event that emergency repairs are required the Contractor shall respond within 24 hours to conduct repairs. FAR 52.208-4, Vehicle Lease Payments applies. Vehicle failure for any individual period longer than 72 hours with a maximum allotment of 168 hours for the term of the contract will result in a reimbursement to the Government for the loss of use based on a daily prorated amount. Payment procedures will be in accordance with FAR 52.232-1. Computing payments will be done on a 30 day monthly payment schedule, in accordance with net 30 terms. Lost time shall be deducted from the next month's statement or final invoice, which ever is sooner. The provisions at FAR 52.212-1, Instructionms to Offerors-Commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their quotations. Copies may be requested no later than 14 August 1997 and only be returned via fax. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items and addendum. FAR 52.214-4, Contract Terms and Conditions Commercial Items. The clause at far 52.212-5, Contract Terms and Conditions Required to Implementation Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b). FAR 52.222-26 Equal Opportunity. FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans. FAR 52.222-36, Affirmative Action for Handicapped Workers. FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial items. DFARS 252.225-7001, Buy American Act-North Amercian Free Trade Agreement Implementation Act. FAR 52.228-8, Liability and Insurance-Leased Motor Vehicle. FAR 52.208-6 Marking of Leased Vehicles. Quotations will only be accepted on F.O.B. Destination terms. The Government intends to make a single award to the responsible offeror who's offer is the most advantageous to the Government considering price and price-related factors in accordancee with FAR 13.106-2. Award will be made to the offeror that meetsthe solicitation's minimum criteria for acceptability and delivery at the lowest price. The anticipated award date is 20 August 1997. Quotations must be received in writting no later than 18 August 1997, and may be sent via mail to; Contracting Office, Attn: Sgt John Huebert P.O. Box 1609, Oceanside, Ca 92051 or fax to (760) 725-8445. (0216)

Loren Data Corp. http://www.ld.com (SYN# 0209 19970806\38-0002.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page