Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2007 FBO #2172
SOLICITATION NOTICE

W -- Rental, Glycol Recovery Vehicle

Notice Date
11/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD08T2000
 
Response Due
11/16/2007
 
Archive Date
1/15/2008
 
Point of Contact
Patrick Nott, 207-990-7419
 
E-Mail Address
Email your questions to USPFO for Maine
(MSC.101ARW@mebngr.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This synopsis/solicitation number is W912JD-08-T-2000 and is being used as a Request for Quote (RFQ). i. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-19. ii. This is an unrestricted solicitation. Past purchase history does not reveal two or more small business capable of quoting on this requirement. iii. CLIN 0001 Rental of a Glycol Recovery Vehicle (GRV). 6 - Month(MO). INTENDED USE: The intended use of the GRV is to remove deicing fluid from airport ramp surfaces. The Maine Air National Guard currently uses AMS 1424 Type I Propylene glycol-based deicing fluid, NSN: 6850-01-435-6471. MAINTENANCE: --The successful contractor shall be responsible for maintaining all maintenance requirements of the vehicle. --The Government shall only be responsible maintaining fuel levels and performing operator preventive maintenance and inspections as outlined by the manufactures operating manuals. --Contractor shall be capable of providing maintenance service calls at the Maine Air Nation Guard Base, Bangor, ME. Shop space will not be authorized for repairs to the vehicle on the Base. --The contractor will provide maintenance service calls 24 hours a day, 7 days a week, 365 days a year within 4 hours of receiving a call for service when vehicle is not capable of operating as designed. Contractor shall include service call contact infor mation with their quote. GENERAL CHARACTERISTICS: --Vehicle must be self-contained on a single vehicle chassis. --Vehicle must be in a like-new condition. The Government will not consider offers of vehicles that are not in a like-new condition and older than 5 years. --Vehicle must have a vacuum capacity sufficient to remove a slush mixture (ice, snow and glycol-based deicing fluid) from airport ramp surfaces. --The vehicle must be capable picking up the slush mixture at a minimum speed of 15 mph, leaving the cleaned surface only damp and without puddles or loose debris left on the surface. --Vehicle must be capable of discharging collected material over a 16 inch vertical wall and have a hydraulic dumped collection body with a large hydraulically operated hatch with controls in the vehicle cab. --Vehicle will be required to maneuver around aircraft during operations. --Vehicle shall be capable of an 8 foot cleaning path at a minimum. --Vehicle must be capable of operating at temperatures down to negative 40 degrees Celsius. --Vehicle will be equipped with one or more flashing strobe devices visible from 360 degrees around the vehicle. VEHICLE SETUP AND TRAINING: --Contractor will be responsible for providing vehicle setup upon delivery. --Contractor will provide full operator training on all vehicle controls and systems. Training shall include procedures for proper use as a GRV. . iv.?????? Delivery will be to Bangor Air National Guard, Bangor IAP, ME. Period of Performance shall be 1 Dec 07  31 May 08.???? Prices shall include delivery to Bangor, ME. v.?????? The following clauses and provisions are incorporated and will remain in full force in any resultant award.???? (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil)???? FAR 52.208-4, Vehicle Lease Paym ents. FAR 52.208-5, Condition of Leased Vehicles. 52.208-6, Marking of Leased Vehicles. FAR 52.212-1, Instructions to Offerers -Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation.???? The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to t he solicitation will be most advantageous to the government, price and other factors considered. Contractors shall include a completed copy of? FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Condition s-Commercial Item. FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 , Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-3, Convict Labor; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.247-34, F.O.B. Destination.???? FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil.???? FAR 52.252-2, Clauses Included by Reference, http://farsite.hill.af.mil.???? FAR 52.253-1, Computer Generated Forms.???? DFARS 252.204-7003, Control of Government Personnel Work Product.???? DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A.???? DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order s Applicable to Defense Acquisitions of Commercial Items to include:???? DFARS 252.232-7003, Electronic Submission of Payment Requests.???? Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form.???? Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement.???? Use o f the basic system is at NO COST to the contractor and training will be provided.???? Information available at no cost is located at http://www.wawftraining.com.???? DFARS 252.246-7000, Material Inspection and Receiving Report.???? DFARS 252.247-7023 Alt I II, Transportation of Supplies by Sea Alternate III. vi.?????? Response to this combined synopsis/solicitation must be received via e-mail, fax or mail no later than 10:00 AM Eastern Standard Time on 16 Aug 2008.???? Responses should be marked with the RFQ number W912JD-08-T-2000. vii.?????? Address questions to Patrick Nott, Contracting Officer, at (207)990-7419, fax (207)990-7482 or e-mail patrick.nott@us.af.mil.
 
Place of Performance
Address: Maine Air National Guard 101 Ashley Avenue, Suite 486 Bangor ME
Zip Code: 04401
Country: US
 
Record
SN01446671-W 20071107/071105223628 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.