Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427

Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526

W -- LEASE AND MAINTENANCE OF WASHERS AND DRYERS SOL F0863799R0006 DUE 092099 POC Tommy Leos, Contract Specialist, Phone 850 283-8620, Fax 850 283-3963, Email tommy.leos@tyndall.af.mil -- Mark Benson, Contract Specialist, Phone 850 283-8622, Fax 850 283-3963, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F0863799R0006 &LocID=511. E-MAIL: Tommy Leos, tommy.leos@tyndall.af.mil. The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order pursuant to FAR 12.6 for the _Lease and Maintenance of Washers and Dryers_. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are requested in response to this notice. A written solicitation will not be issued. This is a Request for Proposal (RFP), RFP No. F08637-99-R0006. This Notice incorporates the Federal Acquisition Regulations (FAR) and DoD FAR Supplement (DFARS) provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-13 and Defense Acquisition Circular (DAC) 91-13. This solicitation is unrestricted. The SIC code is 7359, size standard 500. The contractor shall furnish all labor, materials, and equipment necessary to Lease and Maintain114 Washers and 117 Dryers, as specified in the Statement of Need (Attachment 1). To see the complete Statement of Need, see Attachment 1. The 325th Contracting Squadron at Tyndall AFB FL shall obtain from the contractor all lease services specified in the schedules that are required to be purchased during the applicable performance period. The resultant bilateral purchase order will consist of a basic year (01 Oct 1999 _ 30 Sep 2000), and four one-year options _ Option 1 (01 Oct 2000 _ 30 Sep 2001); Option 2 (01 Oct 2001 _ 30 Sep 2002); Option 3 (01 Oct 2002 _ 30 Sep 2003); and Option 4 (01 Oct 2003 _ 30 Sep 2004). The offeror shall indicate a seperate line item for each option year showing monthly charge, and extended amount for the full option year, see attachment 1. Offerors are encouraged to submit commercial literature describing their operations and capabilities. OFFERORS MUST PROVIDE INFORMATION ON THEIR PAST PERFORMANCE, TO INCLUDE CONTRACT OR ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A TECHNICAL PROPOSAL describing procedures. Contractor shall employ best commercial practices in all services performed. The contractor shall comply with all base security regulations and policy. The Government may conduct pre-award surveys to determine offerors_ technical and financial abilities to perform. The following clauses apply to this acquisition and are hereby incorporated by reference unless stated otherwise: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 EVALUATION_COMMERCIAL ITEMS (in full text, see attachment 1); FAR 52.212-3, Offeror Representation and Certifications_Commercial Items (in full text, see attachment 1); FAR 52.212-4, Contract Terms and Conditions _ Commercial Items applies to this acquisition. It is tailored as follows: subparagraph (c) is changed to read: _Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc., which may be changed unilaterally by the Government._; FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (in full text, see attachment 1); all clauses tailoring the above or adding to this acquisition are hereby included by addendum, see attachment 1. A site visit is scheduled for offerors on 15 Sep 99 at 0900 Central Standard Time (CST). All contractors are to notify the administrator at (850) 283-8618 or (850)283-2931 no later than the day prior to the site visit. All contractors are to meet at Tyndall AFB, FL, 501 Illinois Ave, Suite 5, Bldg 647, Room 6 for the site visit. Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the 325th Contracting Squadron, Building Number 647, 501 Illinois Avenue, Suite 5, Tyndall AFB, FL 32403-5526 to attend a pre-performance conference prior to commencement of work on the military installation. Referenced clauses may be accessed electronically at http://farsite.hill.af.mil;. Prior to receiving any contract award contractors must be registered in the Central Contract Registration (CCR) in accordance with DFAR clause 252.204-7004, REQUIRED CENTRAL CONRTACTOR REGISTRATION. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (see attachment 1). Proposals should reference RFP No. F08637-99-R0006 and are due by 20 Sep 99, 12:00 P.M. Central Standard Time, to 325 CONS/LGCC ATTN: SSgt Tommy Leos, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact TSgt Mark Benson at (850) 283-8622 or FAX: (850) 283-3963. You may also email me at tommy.leos@tyndall.af.mil Posted 09/03/99 (D-SN376580). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0122 19990908\W-0003.SOL)


W - Lease or Rental of Equipment Index Page