|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367United States Air Force, Air Education and Training Command, Luke AFB
Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309 W -- RENTAL OF EARTH MOVING EQUIPMENT AND TRANSPORTATION SOL
F02604-99-RENTAL DUE 062299 POC Doyle Miller, Contract Specialist,
Phone 6238567179x264, Fax 6238564969, Email doyle.miller@luke.af.mil --
Al Zero, Specialized Flight Chief 56CONS/LGCV, Phone (623) 856-3432,
Fax (623) 856-4992, Email WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F02604-99-REN
TAL&LocID=509. E-MAIL: Doyle Miller, doyle.miller@luke.af.mil. This is
a combined synopsis/solicitation and anticipate placing an order
subject to funds availability for the following commercial items
prepared in accordance with the format in FAR subpart 12.6 as
supplemented with the 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, No.: F02604-99-Rental, is a Request For Quote (RFQ) for
Earth Moving Equipment and Transportation Vehicles. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-2. This acquisition is
unrestricted; SIC: 7353; Size Std: $5 million dollars. All responsible
sources that are registered in the Central Contractor Registration
system may submit a proposal for consideration. The following are the
minimum needs of the government: Item 1: Rent the following equipment
for the places and periods as follows: Cheyenne River Sioux Indian
Reservation, SD 28 Jun -- 9 Jul 1999, Northern Cheyenne Indian
Reservation, MT, 12 Jul -- 23 Jul 1999, and ending with Fort Peck
Indian Reservation, MT, 26 Jul -- 6 Aug 1999. The equipment will be
ready for the contractor to pick up on 6 Aug 1999 for return to
contractor's facility. Daily, Weekly and Monthly pricing is required
along with applicable per mile or hourly charges for each piece of
equipment. A delivery charge, if any shall also be provided for each
piece of equipment as a separate line item covering from rental company
to each of the three work sites above and returning to rental company.
The minimum equipment needs of the government for each work site are
as follows: Contract Line Item (CLIN) 0001: four (4) Motor Graders with
14' board, John Deere 770B or equal. CLIN 0002: six (6) 12 yard
(minimum) Dump Trucks. CLIN 0003: two (2) Front End Loaders with three
yard bucket, John Deere 644E or equal. CLIN 0004: two (2) 4 WD 12 ton
pickup trucks. CLIN 0005: two (2) one ton 15 passengervans. Rental
agreement shall include maintenance: Maintenance Requirements: Routine
maintenance covering all minor and major repairs, except tire repairs,
is to be provided by contractor(s) at no additional cost to the
Government during rental period. The personnel operating the equipment
will lubricate and change oil and oil filters of the equipment as
prescribed by the contractor(s). However, all lubricants, fluids,
filters and required parts are to be provided by the contractor(s). It
will be left to the contractor(s) discretion whether to repair the
equipment on site or taken back to their repair facility, but ether
repairs must be made or equipment replaced within 48 hours of
notification. Towing or recovery of broken vehicles shall be included
at no additional cost. Delivery date: Delivery of equipment is required
as follows: Cheyenne River Sioux Indian Reservation, SD 28 June 1999
Northern Cheyenne Indian Reservation, MT 12 July 1999 Fort Peck Indian
Reservation, MT 26 July 1999 The provisions of FAR 52.212-1,
INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, are incorporated by
reference. Reference FAR 52.212-1 para (c) is hereby tailored as
follows: (a) Period for acceptance of offers. The offeror agrees to
hold the prices in its offer firm for 30 calendar days from the date
specified for the receipt of offers. Reference FAR 52.212-1 para (b) is
hereby tailored as follows: (b) Submission of offers. A. Purpose: These
instructions are designed to ensure the submission of information to
provide for the understanding and comprehensive validation of the
proposal. Offerors are cautioned to follow the detailed instructions
fully and carefully, as the government reserves the right to make an
award based on initial offers received without discussion of such
offers. B. Proposal Contents: The price proposal shall contain
sufficient information for the government to make a determination of
fairness and reasonableness of price. The information should be
sufficient to allow the government to perform a price analysis. (c)
Executed Documents: Offerors shall include with the submission of their
offer a completed copy of the provision at FAR 52.212-3 Offeror
Representation and Certifications -- Commercial Items to be included in
this part and shall contain the signed original contract documents.
Disposition of Proposals: After contract award, unsuccessful proposals
will be disposed of as follows: one copy will be retained with the
contract file, the additional copies will be destroyed. No destruction
certificate will be provided. Formal Communications: Formal
communications such as request for clarification and/or information
concerning this solicitation should be submitted in writing to the
following address: 56 Contracting Squadron/LGCV, ATTN: Lt. Col. Miller,
14100 W Eagle Street, Luke AFB AZ 85309-1217. FAX and e-mail
communications are authorized. FAX Number 602-856-4992, e-mail
Doyle.Miller@luke.af.mil. FAR 52.212-2. EVALUATION -- COMMERCIAL ITEMS
(a) The Government will award a contract, subject to funds
availability, resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers: (1) PRICE PROPOSAL:
The price proposal will be evaluated for fairness and reasonableness.
An award, if made, will be made to the lowest evaluated offer that
meets all the mandatory criteria in the solicitation. (2) Understanding
of Contract Requirements: To ensure that the offeror fully understands
the minimum needs of the Government outlined in Item 1, the offeror
must detail exactly what equipment is proposed and an explanation of
any feature that does not comply with the requirements in the
solicitation. A Written notice of award or acceptance of an offer,
mailed or otherwise furnished to the successful offeror within the time
period for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer's
specified expiration time, the government may accept an offer (or part
of an offer), whether or not there are negotiations after its receipt,
unless a written notice of withdrawal is received before award. The
clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items
applies to this acquisition. The clause at FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies to this acquisition with addenda
incorporating FAR clause(s) 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special disabled and Vietnam ERA Veterans;
52.222-36, Affirmative Action for Handicapped Workers. The clause at
DFARS 252.212-7001, Contract Terms and Conditions required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items applies to this solicitation with addenda
incorporating DFARS clause(s) 252.225-7001, Buy American Act and
Balance of Payment Program and 252.227-7015, Technical Data-Commercial
Items. Additional contract clauses that apply are: 52.208-4 Vehicle
Lease Payments(Apr 84) 52.208-5 Condition of Leased Vehicles (Apr 84)
52.208-6 Marking of Leased Vehicles (Apr 84) 52.208-7 Tagging Of Leased
Vehicles (May 86) Offers shall be submitted in writing or fax and
received not later than 4:30 PM local time, 22 June 1999. Arizona does
not observe Daylight Savings Time!! Posted 06/11/99 (D-SN342033).
(0162) Loren Data Corp. http://www.ld.com (SYN# 0091 19990615\W-0003.SOL)
W - Lease or Rental of Equipment Index Page
|
|