Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367

United 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