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