SOLICITATION NOTICE
23 -- Truck Lease for USAF Band - Solicitation
- Notice Date
- 12/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-16-T-0008
- Archive Date
- 1/22/2016
- Point of Contact
- Ronald A. Callender, Phone: 2406125655, Julia A. Johnson, Phone: 240-612-5652
- E-Mail Address
-
ronald.a.callender2.civ@mail.mil, julia.a.johnson6.civ@mail.mil
(ronald.a.callender2.civ@mail.mil, julia.a.johnson6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This file contains the solicitation for this requirement. This is solicitation will be Set Aside 100% for small business using NAICS code 532120 in accordance with the Federal Acquisition Regulation. These following are the requirements that this truck rental MUST have: 1) The contractor shall install a rail lift loading ramp with a minimum 4,000 lbs capacity located outside the cargo box which folds up and covers a portion of the rear roll-up cargo box door. 2) Interior height of 98" (94" when roll-up door is in 'up' position). Interior deminsions must be at a minimum 98" wide and at least 24' long, 20K air ride suspension with cab release valve, air conditioning, intermediate air suspension seats, ether start, fire extinguisher/flare kit, back-up alarm, roll-up rear cargo box door, horizontal E-tracking recessed on both sides of cargo box at heights of 18", 36" and 60" on center, interior cargo box work lights, lockable 36" side cargo door that opens outward, rail lift with minimum 4000lbs capacity located outside of cargo box that folds up and covers a portion of the rear roll-up cargo box door, under-cargo box portable ramp storage brackets that accommodate a 16' split aluminum ramp (for use w/ side door if rail lift fails). Exterior color shall be neutral, i.e., white. Model type, engine size, transmission, battery and suspension shall be as specified in the table below. Note; the awarded contract will identify the specific model offered and accepted by the Government. 3) This vehicle must be manufactured in accordance with all State of Maryland, the United States Department of Transportation, Interstate Commerce Commission Regulations and Federal Motor Vehicle Safety Standards. 4) The truck lease period will be for one (1) year with two (2) year option period. 5) Delivery of the vehicle in good condition (2012 or newer) with no major damage and No Later Than (NLT) thirty (30) calendar days after contract award. 6) Delivery will be to the customer on location at Joint Base Anacostia-Bolling (address will be specified upon award). The response date of this solicitation is January 7, 2016 at 10:00am EST. Questions are due no later than December 29, 2015 at 12:00pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-16-T-0008/listing.html)
- Place of Performance
- Address: Joint Base Anacostia Bolling, Washington D.C. 20032, Joint Base Anacostia Bolling, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN03976468-W 20151224/151222234753-373ef140aae37bf73eeab534e7e75797 (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 |