Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1998 PSA#2032

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063

W -- LEASE OF A DIGGER/DERRICK, OR EQUAL TO BE USED ON NELLIS AFB NV SOL F26600-98-q0184 DUE 022098 POC A1C Burton/TSgt Grigsby, 702-652-5321/ fax 702-652-5405 This is a combined synopsis/solicitation for a commercial item 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; proposals are being requested and a written solicitation will not be issued. This solicitation (F26600-98-Q0184) is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. This solicitation is reserved for small business concerns in accordance with FAR 52.219-6, Notice of Total Small Business Set-Aside. The SIC for this solicitation is 7353. The small business size standard is $5 million in average annual gross revenues for the offeror's last three fiscal years. There are two line items included in the solicitation. Line item 0001 is lease from 1 MAR 98 to 30 SEP 98, the start date is based on the anticipated award date. Line Item 0002 is an option year forup to 12 months of FY 99 (1 OCT 98 to 30 SEP 99). Offers are to be based on a calendar month period of lease. Item description as follows: Nonpersonal service to provide all labor, tools, parts, materials, facilities, and transportation necessary to lease a Digger Derrick vehicle equal to Chevrolet model # cc7h042, with the following salient characteristics: 3116 Cat Diesel, 5 speed manual transmission, 180" Wheel Base, 107" CA, 2-speed Rear Axle, power steering, air brakes, 12,000 # front axle, 21,000# Rear Axle, 23,000# rear suspension, 11r22.5g unisteel tires, dual 50 gallon step fuel tanks, front tow hooks, dual mirrors, the following equipment will also be needed to be included in with the truck: Simon-telelect 92-47, or equal with the following salient characteristics: over rear axle mounted, item must be Dielectricly certified, 2 section steel boom wit hydraulics out 3rd fiberglass boom, maximum 47' sheave height @ 80o, command post op with multi-lever controls, 15,000# turret winch with 110' 1 1/8" samson rope, tilting pole claw. The contractor is responsible for all routine periodic maintenance of the vehicle. Vehicle will be delivered to Nellis AFB NV, located just NW of Las Vegas NV. Based on anticipated award date delivery is to be made 2 MAR 98. The provision at 52.212-1 without addenda applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will be most advantageous price and other factors considered. Other factors include; Vehicle is an equal to Model CC7H042, and includes all salient characteristics specified. All offers must include descriptive literature, and required certifications to allow technical evaluation of vehicle offered. Offeror's may propose more than one vehicle that meets the government's need. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. Offeror's must include with their price proposal and descriptive literature a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition without addenda. The Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.222-42, Statementof Equivalent Rates for Federal Hires, there are no equivalent federal employees for this acquisition. FAR 52.228-8, Liability and Insurance Leased Motor Vehicles; FAR 52.233-3, Protests after Award. FAR 52.217-5, Evaluation of Options. Wage Determination 94-2331 Revision (9) dated 07/01/1997 applies to this solicitation. Quotations with required descriptive literature and required certifications are due on or before 3:30p.m. (Pacific Time) on 20 Feb 98. Late quotations may not be considered. Quotations should include the solicitation number (F26600-98-Q0184). Offers may be faxed to 702-652-5405 or mailed to 99 CONS/LGCV 5865 Swaab Blvd Nellis AFB, NV 89191-7063. Contact A1C Brian Burton, Contracting Specialist, or TSgt Jeff Grigsby, Contracting Officer, at 702-652-5321 for information regarding this solicitation. Information concerning the Nellis Contracting Office can be found on the 99CONS Home Page at www.Nellis.af.mil/units/99CONS (0042)

Loren Data Corp. http://www.ld.com (SYN# 0140 19980213\W-0001.SOL)


W - Lease or Rental of Equipment Index Page