Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

W -- LEASE OR RENTAL OF EQUIPMENT/16 PAX BUS SOL F0561198Q1562 DUE 082198 POC Ronald Hudgins (719) 333-2965 or 2Lt Jim Hageman (719) 333-2861 17. 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. This solicitation is issued as a Request For Proposal (RFP), solicitation number F0561198Q1562. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-3. The Standard Industrial Classification Number is 3713 and the business size standard is 500 employees. The proposed purchase order here is Unrestricted. Women owned businesses are encouraged to submit proposals. The Air Force Academy intends to lease one 16 passenger (pax) motor bus, Supreme Senator manufactured by Intermountain Coach, or equal. The vehicle will provide official transportation for the Air Force Academy's Superintendent and guests, Protocol, and the Command Staff of the 10th Air Base Wing. This lease will be for a basic one year period and four (4) option years. LINE ITEM 0001: Basic Period: Lease of 16 pax bus from date of award or 01 SEP 1998, whichever is later, through 31 AUG 1999. Rent shall accrue from the date the vehicle is delivered and accepted. Quantity: 1 each. Unit Price: $______ per month. Extended Amount: $______ for basic period. LINE ITEM 0002: First Option Year: Separately Priced Option to lease 16 pax bus for the period 1 SEP 1999 through 31 AUG 2000. Quantity: 1 each. Unit Price $______ per month. Extended Amount: $______. LINE ITEM 0003: Second Option Year: Separately Priced Option to lease 16 ax bus for the period 1 SEP 2000 through 31 AUG 2001. Quantity: 1 each. Unit Price $_____per month. Extended Amount: $_____. LINE ITEM 0004: Third Option Year: Separately Priced Option Separately Priced Option to lease 16 pax bus for the period 1 SEP 2001 through 31 AUG 2002. Quantity: 1 each. Unit Price $______. Extended Amount $______. Line Item 0005: Fourth Option Year: Separately Priced Option to lease 16 pax bus for the period 1 SEP 2002 through 31 AUG 2003. Quantity: 1 each. Unit Price $_____per month. Extended Amount.: $_____. The minimum salient characteristics are as follows: Supreme Senator 16 pax bus manufactured by Intermountain Coach, or equal with 176"minimum chassis wheel base; gas versus diesel driven; heating and air conditioning systems offered will be appropriate for the size of the proposed vehicle and Colorado climate; commercial grade gray carpeting for the entire floor; electrically operated double entry door 32 x 79.5 clearance and opening; 36 x 36 solid pane tinted passenger windows; deluxe individual 20"high back passenger seats with upgraded fabric, arranged in perimeter seating, with 3 seats in the rear facing forward, and 6 seats along each side, facing inward (vehicle will be engineered with sufficient egress openings/area to comply with Federal Motor Vehicle Safety Standards, 49CFR Ch. V (10-1-90 edition) at 551.271, standard no. 217); deluxe driver seat with recliner, lumbar and armrest; deluxe fabric on interior walls and ceiling; emergency roof and vent hatch ; a light, neutral color scheme is required. Estimated annual mileage is 3,000 miles. Contractor shall provide routine scheduled preventive maintenance in accordance with manufacturer's specifications, at recommended intervals, in accordance with industry standards, and shall be included in pricing for each line item. The contractor shall also provide both parts and labor, at no additional cost to the government, to replace parts which fail through normal wear and tear. Delivery F.O.B. -- destination, USAF Academy, CO 80840. ALERT: Vendors are STRONGLY encouraged to use the Standard Form 1449 as the first page of their offer/quote/bid and completely provide the requested data for all blocks. If you choose NOT to use the Standard Form 1449, you are cautioned to complete and provide with your written offer/quote/bid all the data requested by FAR 52.212-1. Failure to do so may render your offer/quote/bid as non-responsive and may eliminate you from consideration for award. The clause at 52.212-1 applies to this solicitation; however, no addenda applies to 52.212-1. The provision at 52.212-2 Evaluation -- Commercial Items applies to this acquisition with all offers being evaluated against the following factors in the descending order of importance: 1) Technical capability, 2) Past performance, and 3) Price. Technical capability of the proposed items offered shall be evaluated to determine if the items offered meet the specifications set forth in this solicitation. Offerors must identify the proposed product by brand name, model number, and provide sufficient descriptive product literature with the offer to ensure technical capability compliance with each line item. Offerors should also include the terms and conditions of their lease agreements. Technical capability and past performance will be rated using the following system: 1) Does not meet the standard (-); (2) meets the standard (0); and 3) Exceeds the standard (+). Past performance will be evaluated to determine if the offeror has supplied similar products in similar quantities, with similar terms within the past two years. Offerors must provide with the proposal at least three (3) references to illustrate this past performance for the purpose of evaluation. Price will be evaluated for fairness, reasonableness, and completeness as it relates to the items offered. Award will be made based on best value to the Government. The offeror who has the best combination of + and 0 signs on the evaluation scoring and is considered to be most advantageous including price to the Government will be considered the apparent awardee. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions -- Commercial Items, with the following addenda applies to this acquisition: 52.208-4, Vehicle Lease Payments, 52.208-5, Condition of Leased Vehicles, 52.208-6, Marking of Leased Vehicles, 52.208-7, tagging of leased Vehicles, and 52.228-8, Liability and Insurance-Leased Motor Vehicles, which describes contractor's liability insurance requirements (the government will be responsible for loss of or damage to leased vehicle, except for normal wear and tear and loss or damage caused by negligence of the contractor, its agents or employees); 52.217-5; 52.217-9: (a) Notice will be given no later than 30 days prior to expiration date of the basic or option year, whichever is current time frame; (c) shall not exceed 5 years; 52.232-18; and 52.232-19; beyond 31 AUG 1999 for both fill-ins; 53.232-23, Mandatory Information For Electronic Funds Transfer Payment. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b)6,7,8,9. DFARS252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, NOV 1995 applies to this acquisition with the inclusion of the following DFARS: 252.204-7004 (MAR 19980)-Required Central Contractor Registration. Offers must be received NLT 3:00 pm Mountain Daylight Savings Time, 21 AUG 1998. at Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Ronald Hudgins (719) 333-2965, or 2Lt Jim Hageman (719) 333-2861 may be contacted for information regarding this solicitation. Posted 08/06/98 (W-SN233916). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0135 19980810\W-0002.SOL)


W - Lease or Rental of Equipment Index Page