Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2008 FBO #2246
SOLICITATION NOTICE

W -- Lease of mobile laundry trailers

Notice Date
1/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S808R0009
 
Response Due
1/30/2008
 
Archive Date
3/30/2008
 
Point of Contact
Tracey Linna, 253-966-3494
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(tracey.linna@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only so licitation. Proposals are being requested and a written solicitation will not be issued. The closing date is 30 January 2008 @ 2:00:00 PM PST. The solicitation number is W911S8-08-R-0009 and it is being issued as a Request for Proposal (RFP). The solic itation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and DAC 20080110. The NAICS code is 532120 and the size standard is $23.5 Million. The solicitation will be issued as a 100% Total S mall Business Set-Aside. The Directorate of Contracting, Fort Lewis, WA, intends to award a firm fixed- price contract as a base year plus two one-year option years for the following commercial item: Lease of three (3) self-contained mobile laundry trail ers, each containing six washers and dryers for a total of 18 washers and dryers. Each trailer shall include the following: Interior lighting and one utility sink for soaking and/or hand washing, an onboard commercial propane hot water boiler with a mini mum capacity of 80 gallons. Place of Delivery: Fort Lewis, WA 98433. Delivery Date: 15 March 2008. Request FOB Destination pricing. See Attachment 1, Performance Work Statement (PWS) for a description of the items to be supplied. The Contract Line I tem Numbers are applicable to this acquisition: BASE YEAR: 15 Mar 2008  28 Feb 2009 CLIN 0001: Lease of three Laundry Trailers OPTION YEAR 1: 1 Mar 2009  28 Feb 2010 CLIN 1001: Lease of three Laundry Trailers OPTION YEAR 2: 1 Mar 2010  28 Feb 2011 CLIN 2001: Lease of three Laundry Trailers BASIS OF SELECTION: The following factors will be used to evaluate offers: Price, Technical Capability and Past Performance. The award shall be made on the basis of the lowest priced, technically acceptable proposal, with low or unknown risk for past performance. A written summary of the offerors technical capability to meet the requirements of the PWS is required. Your written summary shall include as a minimum: Specifics to address delivery date, trailers are self-contained and price by providing a unit price and a total price for the CLINs line item description; provide up to three recent and relevant past performance references with whom recent past performance can be ve rified. Information shall provide a summary on the quality of service, timeliness of performance and business relations. Past performance reference information should include points of contact, telephone numbers and an email address. The Government will also use other available resources to evaluate and assess risk for past performance. The following FAR clauses and provisions apply to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.212-1 Instructions to Offerors-Com mercial Items (paragraph (h) of FAR 52.212-1 is deleted); ADDENDUM to FAR 52.212-1(c) Period of Acceptance of Offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the combined synopsis/solicitation; FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (all vendors ar e to include with their response a completed copy of FAR 52.212-3 Alt I and DFARS 252.212-7000). Vendors who fail to furnish required representations or information or reject the terms and conditions of this solicitation may be excluded from consideration. FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executives Order-Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Representation; FAR 52.222-3 C onvict Labor; FAR 52.222-19 Child Labor-Cooperation w/Authorities & Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; F AR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans of Vietnam Era; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restriction on Cer tain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited in DFARS 252.212-7001 are applicable to this acquisition: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Cert ain Domestic Commodities; DFARS 252.225-7014 Preference for Domestic Specialty Metals; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment R equests; DFARS 252.247-7023 Alternate III Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. The complete text of any or all of the clauses/provisions effective on the date of the latest Federal/Defens e Acquisition Circular is also available electronically from the following websites: http://farsite.hill.af.mil; http://www.acq.osd.mil/dp/dars/dfars.html. Electronic Transmission - offers in response to this RFP, including the written technical represent ation, literature, past performance information, pricing, and representations and certifications may be submitted via email to tracey.linna@us.army.mil. Offerors shall provide as a minimum: 1) RFP number; 2) Name, address, and telephone number of point of contact of offeror; 3) CLIN 0001 Pricing; 4) A completed copy of FAR 52.212-3 Alt I and DFARS 252.212-7000 Representations and Certifications; 5) A written representation of the vendors technical capability to include date of delivery, self-contained trai lers and descriptive literature, to allow the evaluation team to evaluate your proposal; 6) Provide two (2) current references for recent and relevant past performance information. Offerors are responsible for accurate addresses and telephone numbers for s ubmitted past performance information. For information regarding this combined synopsis/solicitation, contact Tracey Linna at (253) 966-3494 or at email tracey.linna@us.army.mil. Attachment 1: PWS Local Instructions
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01488668-W 20080120/080118224315 (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.