Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 5,2000 PSA#2635

Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531

W -- LEASE/PURCHASE SEWER TRUCK SOL F31610-00-R0027 DUE 082100 POC Kenneth Longstreet, Contract Specialist, Phone 919-722-5411 ext 239, Fax 919-722-5414, Email kenneth.longstreet@seymourjohnson.af.mil -- Marion Faulhaber, Chief, Services Flight, Phone 919-722-5422, Fax 919-722-5424, Email marion.faulhaber@seymourjohnson.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F31610-00-R00 27&LocID=1004. E-MAIL: Kenneth Longstreet, kenneth.longstreet@seymourjohnson.af.mil. 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. The solicitation number for this project is F31610-00-R0027 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-16, dated 27 March 00. The Standard Classification Code (SIC) is 7513 (for coding purposes only) and the small business size standard is $18.5 Million. This procurement is for the lease to buy of a 1000-gallon Sewer Flush Truck. Seymour Johnson AFB, NC intends to negotiate a commercial services contract for the lease with option to-buy of a sewer truck which will be used to perform routine and emergency maintenance on base sanitary sewer lines. The truck lease and truck shall include the following items: 2000 Sterling L7501 chassis auto with air conditioning, 10_ telescoping boom with 8_ diameter vacuum hose and a 2000 gallon debris storage with 3-stage centrifugal vacuum compressor at 8,000 CFM and 200 inches negative pressure, hydrostatic blower drive, articulating hose reel, winter water re-circulation system, air purge system, 60 GPM @ 2000 FMC L1118 water pump, front strobe light, 1_ diameter 500_ foot minimum length jet hose, 50_ capacity hand gun hose reel, hose footage counter, back up alarm, boom work lights, behind cab tool box, arrow stick, hand held spot light, hydraulic swadge tool, ENZ root cutter, and debris body flushout. The lease to buy agreement will be established based on the preferred annual/monthly payment program provided as identified on the offer schedule. This acquisition is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but not later than 15 calendar days of this notice. As a minimum, the following information is required: (a) a copy of the certificate issued by the Small Business Administration of your qualifications as a HUBZone concern; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern. A decision on whether this requirement will be pursued as a HUBZone small business set-aside or as a 100 percent small business set-aside will be posted on EPS within 5 calendar days after the 15 calendar days have expired. The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors _ Commercial; Offers shall submit the following pricing information: (1) Price of lease to own truck for 3 years with monthly payments and annual payments, and end of lease buy-out price. (2) Price of lease to own truck for 4 years with monthly payments and annual payments, and end of lease buy-out price. (3) Price of lease to own truck for 5 years with monthly payments and annual payments, and end of lease buy-out price, (4) Out-right purchase price. Offerors are to include how many days until the truck can be delivered after notice of award, any warranty information, maintenance agreement provisions, and any descriptive literature which details specifications of truck being offered. FAR 52.212-2, Evaluation -- Commercial Items, the Government will award a contract resulting from this combined synopsis/solicitation to the responsible offer whose proposal, conforming to this synopsis/solicitation, will offer the best value to the Government, to include the best pricing plan, to include FAR 52.217-5, Evaluation of Options, delivery time, warranty, and maintenance. The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://www.arnet.gov/far/current/html/toc.html#52. FAR 52.212-4, Contract Terms and Conditions _ Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders _ Commercial Items applies to this acquisition. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR clause 52.208-4, Vehicle Lease Payments, FAR Clause 52.208-5, Condition of Leased Vehicles, FAR Clause 52.208-6, Marking of Leased Vehicles, and FAR clause 52.208-7, Tagging of Leased Vehicles, FAR 52.217-8, Options to Extend Services, FAR 52.217-9, Option to Extend the Term of Contract, FAR 52.232-18, Availability of Funds and FAR 52.232-19, Availability of Funds for the Next Fiscal Year. REQUIREMENTS TO BE PROVIDED: (1) Completed Offer Schedule to include all requirements listed above under instructions to offerors and (2) Representations and Certifications. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can obtain the Representations and Certifications Commercial Items FAR 52.212-3 by submitting request via facsimile at 919-722-5414, Attn: TSgt Wilson or via Internet at http://farsite.hill.af.mil./ /FFARa.htm. SUBMIT COMPLETE PACKAGE, BY MAIL TO: 4TH Contracting Squadron/LGCA, Attn: TSgt Erica Wilson (F31610-00-R0027), 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC 27531-2749. NO FACSIMILIES ACCEPTED. It is the offeror_s responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any) from the CBD. Interested parties must submit their requests in writing via e-mail (preferred method) to: erica.wilson@seymourjohnson.af.mil or by the U.S. Postal Service. All request must include a telephone number, full mailing address with nine digit zip code, and current business classification (small business, small disadvantaged business, etcs.). All proposals are due at 4:00 p.m. on 21 Aug 00 . To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://ccr.edi.disa.mil or by calling the CCR Registration Centers at 1-888-227-2423. Posted 06/30/00 (D-SN470594). (0182)

Loren Data Corp. http://www.ld.com (SYN# 0098 20000705\W-0002.SOL)


W - Lease or Rental of Equipment Index Page