Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2012 FBO #4032
MODIFICATION

23 -- 180 DAY LEASE - F550 4X2 CREW CAB MED DUTY TRUCK WITH FIFTH WHEEL CONFIG OR EQUAL wtih option to extent services.

Notice Date
12/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679
 
ZIP Code
40213-2679
 
Solicitation Number
F7H3CS2291A001
 
Response Due
12/13/2012
 
Archive Date
2/4/2013
 
Point of Contact
AMANDA PIRO, 502-413-4030
 
E-Mail Address
123 AW Base/MSC Contracting Office
(amanda.piro@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 announcement constitutes one of two solicitations; proposals are being requested and a written solicitation will not be issued. Solicitation F7H3CS2291A001 is issued as a request for quotation (RFQ). This solicitation has also been posted on GSA E-Buy RFQ749973 and will close 13 December 2012. This procurement is being solicited as UNRESTRICTED under NAICS code 532120 and small business size standard is $25.5M. The intent of the Kentucky National Guard is to award a firm fixed price contract for the period of 90 days. The award will be made by best value. Purchase and delivery of the following items no later than 30 Days ADC FOB Destination: Line Item #1: 180-DAY LEASE with option to extend services - F550 4X2 MED DUTY TRUCK WITH FIFTH WHEEL CONFIG OR EQUAL Line Item #2 Monthly Maintenance Plan Additional Information: Item #1: Lease of 2010-2012: Ford F-550 OR EQUAL 4x2 Crew Cab with flat bed with hitch receiver (MUST HAVE 5th wheel configuration); Hitch should be rated for 25,300.00 pounds or greater. 15,000 miles a year included. Item#2 Monthly Maintenance Plan (180 days) Vendor Information: 1. Lease price quotes are based on a fixed payment/closed-end lease for new, unused 2012 model year vehicles for term selected. 2. Fuel and lubricants, insurance, licensing and registration, taxes, and maintenance not covered by manufacturers' warranty are not provided by the lessor/contractor. Any costs incurred to perform any additional services or to provide additional items are not included in the lease prices provided herein. 3. Vehicle(s) covered under manufacturer's new car warranty for two years/24,000 miles, including 24/7 roadside assistance. 4. Prices include mileage. Excess mileage charges will be invoiced at lease termination. The Government does not anticipate any mileage overages. 5. Prices include delivery to Louisville KY. 6. Delivery thirty days after receipt of order. 7. Prices are monthly, per vehicle and are net of all discounts. 8. Lessor/contractor is WAWF-qualified. 9. Ensure the vehicles requested are of maximum fuel efficiency and minimum body size, engine size, and equipment (if any) necessary to fulfill operational needs, and meet prescribed fuel economy standards All offerors will quote their price on the following criteria WITHOUT EXCEPTION. If you offer terms not within this criteria, then offeror will be considered non-responsive: By submitting an offer for this solicitation you are agreeing to the above stated terms. PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH DECEMBER 31ST 2012. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule #, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and 25.2) All line items will accept an OR EQUAL item. (All items requested will accept an Or Equal item.) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on price. Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications- Commercial Items and submit with its offer. Registration in the online representations and certifications program at https://orca.bpn.gov meets this requirement. All potential bidders are reminded, in accordance with FAR 52.204-7, Central Contractor Registration (CCR), that failure to register in CCR will make an offeror ineligible for award. The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.208-4 Vehicle Lease Payments 52.208-5 Condition of Leased Vehicles (Apr 1984) 52.208-6 Marking of Leased Vehicles 52.208-7 Tagging of Leased Vehicles 52.211-16 Variations in Quantity 52.232-1 Payments 52.222-20 Walsh Healey Public Contracts Act 52.246-16 Responsibility for Supplies 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (Jun 2010) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 252.211-7003 Item Identification o Valuation (Jun 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (MAR 2008) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered complete must include at a minimum, the following: Completed Representations /Certifications, Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Quotes must be received at the 123rd Contracting Office, no later than Monday, December 10th, 2012 at 10:00AM EST. Please make all quotes valid through December 31st 2012. Quotes may be transmitted by e-mail to Amanda.piro@ang.af.mil or faxed to (502)413-4665. The point of contact for this solicitation is Amanda Piro, (502)413-4030. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H3CS2291A001/listing.html)
 
Place of Performance
Address: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY
Zip Code: 40213-2679
 
Record
SN02944321-W 20121208/121206235024-0f10173f5b491c4180da457068f32c05 (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.