Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,2000 PSA#2551

National Interagency Fire Center, Bureau of Land Management, 3833 S. Development Avenue, Boise, ID 83705-5354

W -- LEASE OR RENTAL OF LIFT TRUCKS AND MANLIFT SOL RAQ000008 DUE 032000 POC Contracting Officer, Kathy Colson, 208-387-5545 E-MAIL: Click here to contact the contracting officer via, kathy_colson@nifc.blm.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation RAQ000008 is issued as a Request for Quotes (RFQ). This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 97-15. This solicitation is set-aside 100% for small business, the standard industrial code is 7359, Equipment Rental and Leasing, Not Elsewhere Classified, and the business size standard is $5.0 million. The Great Basin Fire Cache at the National Interagency Fire Center (NIFC), Bureau of Land Management (BLM) has a requirement to lease four (4) lift trucks and one (1) man lift, based on the schedule below, and to rent an indefinite quantity of additional lift trucks during the summer season when fire activity is at its peak. Lease requirement time periods are as follows: 4 each lift trucks April 3, 2000 through November 30, 2000; and 1 each man lift April 3, 2000 through September 29, 2000. Rented units shall be rented for a minimum period of one (1) month. The Government may renew leases or rentals covered under this contract for up to three (3) months after completion of negotiations and pending the availability of Government funds. However, there is no guarantee that the Government will renew either leased or rented units after December 31, 2000. The term "leased" here means a unit acquired for a period of 60 days or more. The term "rented" here means a unit acquired for a period of less than 60 days. GENERAL: The Contractor shall furnish all equipment, transportation, repairs, and labor necessary to provide leased and rented lift trucks that meet the following specifications. While this contract may be in effect through December 31, 2000, the Government reserves the right to terminate any leased unit prior to the end of the lease period with 30 days written or verbal notice to the Contractor and any rented unit with 15 days written or verbal notice. The above lease schedule is not guaranteed and may be changed by requirements of the Great Basin Fire Cache, with written or verbal notice furnished to the Contractor. SPECIFICATIONS: (a) The lift trucks shall meet the following minimum specifications: (1) 1,361-2,041 kg (3,000-4,500 lb) load capacity; (2) powered by propane fuel; (3) pneumatic tires with 60% of tread life remaining; (4) fork lift height capacity of 4,699 mm (15 ft); (5) side shifting forks; (6) front & back tilting of fork masts; (7) maximum lift unit width of 1,143 mm (45 in) including tires; (8) 1,219 mm (48 in) high back rest -- back guard on forks; (9) maximum 1,067 mm (42 in) fork length; (10) maximum machine length including forks -- 3,810 mm (150 in); (11) maximum machine height -- 2,057 mm (81 in); (12) two (2) front and one (1) back lights for outside/trailer operation; (13) backup horn (maximum 70 decibels); (14) 1.13 kg (2 lb) ABC fire extinguisher for gas, electric, or trash fires; (15) machine shall not be older than two (2) years; (16) Hydraulic fork positioner is optional. (b) The man lift shall meet the following minimum specifications: (1) 1,361 kg (3,000 lb) load capacity; (2) poly tires with 60% of tread life remaining; (3) 10 volt battery, compatible to NIFC chargers (Power Flow 2200 24 volt charge Model #12M725B22 and Yale LAA 24 volt charger model #3YD12-550); (4) maximum 1,067 mm (42 in) fork length; (5) maximum 762 mm (30 in) fork width; (6) maximum 4,013 mm (158 in) fork height; (7) maximum 3,048 mm (10 ft) mast height; (8) indoor unit only. (c) The Contractor shall deliver the ordered equipment to the Government in good operating condition prior to use. The Contractor shall repair or replace equipment found to be inoperable upon notification by the Government representative. Lease or rents shall continue to accrue on the equipment, provided the Contractor repairs or replaces the equipment within three (3) days of notification of its inoperability. However, the Government shall not be held liable for lease or rents on units that are inoperable for periods exceeding three (3) days. Lease or rent payments shall begin once the equipment is operable or is replaced; payments shall be calculated based on a 30 day month, pro-rated daily adjustment. (d) The lift trucks, when delivered to the Government, shall remain in the custody of the Government until the term of the contract is completed or the Government otherwise returns the equipment to the Contractor. (e) The Government is self-insuring and agrees to return the equipment in as good condition as when received, allowing for ordinary wear and tear. If the equipment is lost, totally destroyed, or damaged beyond reasonable cost of repair due to the Government's fault or negligence, or while in the Government's custody pursuant to this contract, the Government shall reimburse the Contractor for the reasonable value thereof at the time of such loss or destruction, less any amount for which the Contractor's or the equipment owner's insurer may be liable under any insurance policy covering the particular piece of equipment. The Contractor shall provide a valuation of each unit at the time of delivery. If such damage is repairable, the Government shall be responsible for restoring the equipment to normal operating condition. (f) The Government assumes all liability for the loss, damage, or destruction of the lift trucks leased or rented under the terms of this contract. However, in assuming such liability, the Government shall be liable to reimburse the Contractor the depreciated value of the equipment. Where damage to equipment is caused by negligence of Government employees, the Contractor shall repair the equipment and charge the Government the cost of such repair. Such charges shall be fully documented. The Government shall not be liable for costs of repairs caused by normal wear and tear. SERVICE CALL PROCEDURES: (a) Non-emergency: The Contractor shall maintain the leased and rented equipment by providing on-call repair service between the hours of 8:00 AM and 4:00 PM, Monday through Friday, excluding holidays observed at the Government site. The Contractor shall respond by beginning the repair within eight (8) working hours after receiving the notification that service is required. (b) Emergency: (1) There may be bona fide requirements for emergency repair service calling for a response time shorter than stated above. These emergency periods will usually occur only during peak fire activity situations between the months of May and November. The Contractor shall actually come to the Government facility, evaluate the problem, and begin the repair within two (2) hours after receiving the notification that service is required. If the Contractor concludes that repair may take longer than two (2) hours, the Contractor shall notify the Government representative either in person or by telephone what the service schedule will be. If parts are not available and must be ordered, the Contractor shall notify the Government of the anticipated delay and provide an updated delivery schedule. (2) The Contractor shall provide repair documentation to the Government representative upon completion of the repair. OPERATION PERIODS: (a) During non-fire activity, the lift trucks shall be operated between the hours of 6:00 AM and 5:30 PM, Monday through Friday, averaging eight (8) operating hours per day or less. (b) During peak fire activity, units may be operated nearly continuously during the 24 hour period of EACH DAY with little or no break in service for several weeks. The active fire season generally begins in June and continues through October with the heaviest use occurring during August. DELIVERY: (a) The Contractor shall transport the leased and rented lift trucks to the requested destination site(s) via industry accepted means, ensuring the lift trucks are fully operational upon delivery. The Contractor shall also pick up the leased and rented lift trucks upon termination of the either the lease or the rental agreement. No lease or rental payments shall be made after the termination date even if the units have not been picked up. (b) Delivery schedule: (I) Leased units: Four (4) lift trucks shall be delivered on April 3, 2000 and one (1) man lift shall be delivered on April 3, 2000 to a designated warehouse location operated by NIFC. Delivery locations shall be within a five mile radius of the Boise city limits. Units shall be delivered on a F.O.B. DESTINATION basis. The term "F.O.B. Destination" here means free of expense to the Government. Delivery shall be made at the Contractor's expense and should be included in the Contractor's unit price. (II) Rented units: Rented units shall be delivered F.O.B. DESTINATION within five (5) calendar days after a request is made. Delivery locations shall be within a five mile radius of the Boise city limits to warehouse location operated by NIFC. The number of units rented during previous heavy fire activity has been four (4) units for three (3) months. This information is provided for planning purposes only; the Government does not guarantee rental of any minimum quantity. The following provisions and clauses apply to this procurement: FAR 52.212-01 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS with the following addenda (a) add the following inspection criteria to paragraph (a): (1) A visual inspection of the leased and rented lift trucks and manlift shall be performed by the Government representative upon delivery to the destination site. The Government representative shall inspect the following critical safety items. A unit may be rejected if it does not pass inspection on these items. (A) Roll-over protection system or canopy in place; (B) Steering clutches to have free play; (C) Brakes to hold at half travel; (D) Cooling system free of leaks; (E) Stable engine supports; (F) Muffler and spark arrester; (G) Horn in proper working order at proper decibel level; (2) The Government representative shall also inspect the following items and shall notify the Contractor of any items that do not pass inspection. (A) Lights mounted and working; (B) Forks operate smoothly and hold at any point; (C) All gauges working properly (D) Fuel system free of drips/leaks; (E) Belt tension and free of frays; (F) Battery free of corrosion; (G) Run and check engine, oil pressure; (H) Transmission free of drips (I) Mast and hydraulic line guides work smoothly; (J) Properly lubricated fittings; (K) Tires with a minimum visible tread pattern and free of cuts; (L) Hydraulic drawbar. (3) Acceptance shall be determined by compliance with the contract specifications and delivery schedules. Final acceptance shall be the responsibility of the Contracting Officer (CO). (b) add the following paragraph to the clause: (t) Lease or Rental Periods. For invoicing purposes under this contract, a lease or rental period shall be 30 calendar days andshall begin with the first day of each month. Any lease or rental period of a part month shall be billed on a daily (1/30) pro-rated basis. Monthly payments shall be IN ARREARS on all leased or rented equipment upon receipt of an invoice referencing an individual invoice number.; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS -- COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-03); FAR 52.208-04 VEHICLE LEASE PAYMENTS; FAR 52.208-05 CONDITION OF LEASED VEHICLE; FAR 52.208-06 MARKING OF LEASED VEHICLES; FAR 52.208-07 TAGGING OF LEASED VEHICLES; FAR 52.216-18 ORDERING [insert "May 1, 2000" in the first blank and "December 1, 2000" in the second blank]; FAR 52.216-19 ORDERING LIMITATIONS [insert "1" in the first blank, "10" in the second, "20" in the third, "1" in the fourth, and "3" in the fifth]; FAR 52.216-22 INDEFINITE QUANTITY [insert "December 1, 2000" in the blank]; 52.216-27 SINGLE OR MULTIPLE AWARDS; 52.217-09 OPTION TO EXTEND THE TERMS OF THE CONTRACT [insert "30 days" in the first blank, "60 days" in the second, "12 months" in the third]; 52.219-06 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; FAR 52.225-11 RESTRICTION ON CERTAIN FOREIGN PURCHASES; FAR 52.228-08 LIABILITY AND INSURANCE -- LEASED MOTOR VEHICLES; FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR [insert "September 30, 2000" in the first and second blanks]; BLM 1510.037 ELECTRONIC FUNDS TRANSFER PAYMENTS. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or upon request from the Contracting Officer. Quotes must be submitted in writing. Quotes shall be received by March 20, 2000, 4:00pm local time to the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354 or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. Posted 03/03/00 (W-SN431009). (0063)

Loren Data Corp. http://www.ld.com (SYN# 0105 20000307\W-0005.SOL)


W - Lease or Rental of Equipment Index Page