|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593USPFO for South Carolina, 9 National Guard Road, ATTN: P & C,
Columbia, SC 29201-4763 W -- LEASE OF MOTOR VEHICLES SOL DAHA38-00-R-0002 DUE 051700 POC Anita
Daniels, Contract Spec, 803-806-1542 or Julian Watson, Contracting
Officer, 803-806-4307 WEB: N/A!!, N/A!!. E-MAIL: click here to contact
the contract specialist via, danielsal@sc-arng.ngb.army.mil. This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format set forth in Federal Acquisition Regulation,
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 Request For Proposal (RFP)
Number DAHA38-00-R-0002. This solicitation document and the
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-16. The Standard Industrial Classification
Number is 7515 and the Business Size Standard is $18.6 million. The
following specifications and salient characteristics represent the
Government's minimum requirements for lease of 59 sedans, 10 pick-up
trucks, 5 small utility vehicles, 27 7/8-person passenger vans, 41
15-person passenger vans, and 2 4-wheel-drive 15-person passenger vans
for the period of June 19, 2000 through August 15, 2000 at Fort Irwin,
CA. Vehicles (except two sedans) are to be delivered FOB Destination no
earlier than June 19, 2000 and no later than June 22, 2000 to DMMC,
Building T480, Ft. Irwin, CA, which presumes contract award no later
than 22 May 2000. Two mid-size sedans are to be delivered to Ontario,
CA airport no later than June 18, 2000. Offerors shall structure their
proposals to include price per month at the CLIN level: CONTRACT LINE
ITEM (CLIN) 0001: Lease of 53 compact sedans. CLIN 0002: Lease of 6
mid-size sedans. CLIN 0003: Lease of 10 mid-size pickup trucks. CLIN
0004: Lease of 5 small utility vehicles. CLIN 0005: Lease of 27 (7 or
8)-person passenger vans. CLIN 0006: Lease of 41 15-person passenger
vans. CLIN 0007: Lease of 2 four-wheel-drive 15-person passenger vans.
Delivery/ Acceptance point, and all subsequent
deliveries/replacements, is DMMC, Building T480, Ft. Irwin, CA.
Government workdays are Monday through Friday between the hours of 0730
and 1630 PT. FAR provision 52.212-1, Instructions to
Offerors-Commercial Items, applies to this acquisition, with the
following addenda: Per FAR 12.603 (b) the SF 1449 is not used. Period
or acceptance of offers -- Offeror agrees to hold the prices in its
offer firm for 60 days after Government receipt of proposals. Award is
anticipated no later than 22 May 2000. The Government will only
consider the information provided in the offeror's proposal. Offers
will be evaluated on technical capability (capability of the item
offered to meet the agency need) and price. Award may be made without
discussion; therefore, each offeror is encouraged to submit their best
terms with their proposal. Offerors shall include a fully executed
copy of the FAR provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with their offer. See
www.arnet.gov/far for access to FAR clauses. FAR clause 52.212-4,
Contract Terms and Conditions-Commercial Items, applies to this
acquisition. FAR clauses 52.208-4, Vehicle Lease Payments, 52.208-5,
Condition of Leased Vehicles,52.208-6, Marking of Leased Vehicles,
52.212-5 Contract Terms and Conditions Required to Implement Statutes
for Executive Orders-Commercial Items, apply to this acquisition, along
with the following additional FAR clauses: 52.222-26, Equal
Opportunity, 52.222-35, Affirmative Action for Disabled and Vietnam Era
Veterans, 52.222-36, Affirmative Action for Workers with Disabilities,
52.222-37, Employment Reports on Disabled Veterans and Veterans of
Vietnam Era, 52.225-3, Buy American Act-Supplies, 52.225-9, Buy
American Act-Trade Agreements Act-Balance of Payments Program,
52.225-21, Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program, 52.228-8, Liability and
Insurance-Leased Motor Vehicles; DFARS provisions 252.225-7001, Buy
American Act and Balance of Payment Program, 252.225-7012, Preference
for Certain Domestic Commodities, 252.227-7015, Technical
Data-Commercial Items, 252.227-7037, Validation of Restrictive Markings
on Technical Data. A firm fixed price contract is contemplated. Offers
sent via the US Postal Service should be mailed to USPFO for South
Carolina, Attn: Purchasing & Contracting, 9 National Guard Road,
Columbia, SC 29201-4763. All proposals not sent through the US Mail
will be considered hand carried and subject to FAR 15.208. Proposals
may be submitted by facsimile, however, it is the responsibility of the
Offeror to ensure receipt -- see also in this respect FAR 52.215-5,
Facsimile Proposals. Offerors are responsible for ensuring proposals
are received no later than close of business 17 May 2000. The point of
contact for information regarding this acquisition is Ms. Anita L.
Daniels at (803) 806-1542, fax (803) 806-1540 or e-mail:
danielsal@sc-arng.ngb.army.mil. Alternate contact is SGM Julian R.
Watson at (803) 806-4307, fax (803) 806-1540 or
watsonjr@sc-arng.ngb.army.mil. Posted 04/29/00 (W-SN449896). (0120) Loren Data Corp. http://www.ld.com (SYN# 0086 20000504\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|