Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS

W -- LEASE WITH OPTION TO PURCHASE A SEWER TRUCK USED TO PERFORM ROUTINE AND EMERGENCY MAINTENANCE ON BASE SEWER LINES

Notice Date
April 26, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
ZIP Code
29404-5021
Solicitation Number
F7390010870300
Response Due
May 15, 2001
Point of Contact
Judy Johnson, Contract Specialist, Phone (843) 963-5158, Fax (843) 963-5183/2850, Email Judy.Johnson@charleston.af.mil -- Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email
E-Mail Address
Judy Johnson (Judy.Johnson@charleston.af.mil)
Description
Contracting Office Address: Department of the Air Force, Air Mobility Command, 437th CONS/LGCV, 101 E. Hill Blvd., Charleston AFB SC 29404-5021 Description: Lease, with the option to purchase, of a sewer truck which will be used to perform routine and emergency maintenance on base sanitary sewer lines. 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 procurement is F7390010870300 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24 dated 12 Apr 2001. The resulting award is set aside for small businesses only. The NAICS Code is 333319 (for coding purposes only) and the small business size standard is 500 employees. This procurement is for the lease to purchase of a Vac-Con Combo Sewer Cleaner and Catch Basin Cleaner, Truck Mounted, Model V390 or equal, 2001 Sterling L7501 Auto Transmission w/air conditioning, 275 HP, 1000 gallon water tank, capacity, 3-Stage Centrifugal Compressor, Centrifugal Separator, Corten Steel, 9 Yard Debris Body, 4 Cylinder Auxiliary Diesel Engine for Driving Water Pump, 270-Degree Hydraulic Rotating Boom, Lockable Weather-Tight Side Mounted Toolboxes, Boom Transport Cradle, Front Mounted 180 Degree hydraulically Articulating Hose Reel (with a capacity of 600 feet of 1-inch hose), Hose Rewind Guide, 6_ Telescoping Boom, Hydrostatic Blower Drive, Articulating Hose reel, Winter Re-Circulation System, Air Purge System, 80 GPM at 2000 psi FMC L1618 Water Pump with Low Center of Gravity and Hydraulic Blower Drive (Vacuum System), Front Strobe Light, 500_ Jet Hose _ Total of 500_, 50_ Capacity Spring Loaded Hand Gun Hose Reel, Hose Footage Counter, Back-Up alarm, Boom-Mounted Work Lights, Behind Cab Tool Box, Arrow Board, Hand Held Spot Light, 8_ Adjustable Air Gap Tube for Vacuuming Under Water, Pump Variable Flow Valve, Debris Body Flush Out, Tiger Tail Hoe Guide, 2 each Nozzles Rated 50 GPM @ 2000 psi, 3 each 5_ Aluminum Pipes and 3-Stage Centrifugal Compressor. In accordance with FAR 8.1102, this synopsis/solicitation is not limited to current-year production models. Therefore a truck, no more than 12 months in age, is acceptable provided it meets all specifications and requirements. The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offeror-Commercial Items (Oct 2000): Offerors shall submit the following pricing information: (1) Price of lease to own truck for the period of 1 Jun 01 thru 30 Sep 01, with 3 option years with monthly payments and annual payments, and end of lease buy-out price. (2) Price of lease to own truck for the period of 01 Jun 01 thru 30 Sep 01, with 4 option years, with monthly payments and annual payments and end of lease buy-out price. (3) 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 (Jan 1999): The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose proposal, conforming to this synopsis/solicitation, will offer the best value to the Government, to include the best pricing plan to include delivery time, warranty and maintenance. The listed FAR and DFAR clauses apply to this solicitation and are incorporated by reference. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, to be submitted with offer and available at http://farsite.hill.af.mil, FAR 52.212-4 Contract Terms and Conditions-Commercial items (May 1999), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2000) (Deviation), FAR 52.207-5 Option to Purchase Equipment (Feb 1995), FAR 52.208-4 Vehicle Lease Payments (Apr 1984), FAR 52.208-5 Condition of Leased Vehicles (Apr 1984), FAR 52.208-6, Marking of Leased Vehicles (Apr 1984), FAR 52.208-7 Tagging of Leased Vehicles (May 1986), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-8 Option to Extend Services (Nov 1999), FAR 52.217-9 Option to Extend the Terms of the Contract (Mar 2000), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jul 1996), FAR 52.228-8 Liability and Insurance _ Leased Motor Vehicles (May 1999), FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984), FAR 52.237-3 Continuity of Services (Jan 1991), FAR 52.242-15 Stop-Work Order (Aug 1989), FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6 Authorized Deviations in Clause (Apr 1984), FAR 52.253-1 Computer Generated Forms (Jan 1991), DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 Required Central Contractor Registration (Mar 1998), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Mar 2000), DFAR 252.246-7000 Material Inspection and Receiving Report (Dec 1991). REQUIREMENTS TO BE PROVIDED: (1) Completed Offer Schedule to include all listed requirements above under Instructions to Offerors and (2) completed copy of the Representations and Certifications at FAR 52.212-3. 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 copy of this combined synopsis/solicitation and amendments (if any) All contractors are reminded that Central Contractor Registration is mandatory. You can access this via their web-site at www.ccr2000.com or call at 1-800-334-3414. Contractor_s not registered in the Central Contractor Registration (CCR) prior to award will be ineligible for award. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, a link to SBA, http://www.sba.gov, http://www.eps.gov, and http://437contracting.charleston.af.mil. Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by 14 May 2001 no later than 4:30 PM Daylight Savings Time. Equipment must be in place no later than 01 Jun 2001. Responses should be marked with the solicitation number and addressed to Judy Johnson or Anna Nix.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F7390010870300&L=514)
Record
Loren Data Corp. 20010430/WSOL001.HTM (D-116 SN50K3Y2)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on April 26, 2001 by Loren Data Corp. -- info@ld.com