|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 W -- LEASE OR RENTAL OF EQUIPMENT SOL F0561198R0006 DUE 121297 POC Ms
Billie Nigro (719)333-2965/Ms Sherry Pittinger (719)333-2732 This is
a combined synopsis/solicitation for 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 solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation is issued
as a Request For Proposal (RFP), solicitation number F0561198R0006.
This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-1. The
Standard Industrial Classification Number is 7353 and the business size
standard is $5.0 million. The proposed purchase order here is
Unrestricted. Women owned businesses are encouraged to submit
proposals. The Air Force Academy intends to lease, with the option to
purchase, five (5) dumptrucks with heavy duty hydraulic reversing snow
plows. This purchase order will be for a basic year and two (2) option
years with an option to purchase the equipment at any point in the
agreement. LINE ITEM 0001: Basic Period: Lease of first dump truck from
date of award or 15 December 1997, whichever is later, through 30
September 1998. Quantity: 1 each. Unit Price: $__ ___ per month.
Extended Amount: $__ ___ for basic period. LINE ITEM 0002: Basic
Period: Separately Priced Option to Purchase first dump truck at the
conclusion of time for Line Item 0001: $__ ___. LINE ITEM 0003: Basic
Period: Lease of second dump truck from date of award or 15 December
1997, whichever is later, through 30 September 1998. Quantity: 1 each.
Unit Price: $__ ___ per month. Extended Amount: $__ ___ for basic
period. LINE ITEM 0004: Basic Period: Separately Priced Option to
Purchase second dump truck at the conclusion of time for Line Item
0003: $__ ___. LINE ITEM 0005: Basic Period: Lease of third dump truck
from date of award or 15 December 1997, whichever is later, through 30
September 1998. Quantity: 1 each. Unit Price: $__ ___ per month.
Extended Amount: $__ ___ for basic period. LINE ITEM 0006: Basic
Period: Separately Priced Option to Purchase third dump truck at the
conclusion of time for Line Item 0005: $__ ___. LINE ITEM 0007: Basic
Period: Lease of fourth dump truck from date of award or 15 December
1997, whichever is later, through 30 September 1998. Quantity: 1 each.
Unit Price: $__ ___ per month. Extended Amount: $__ ___ for basic
period. LINE ITEM 0008: Basic Period: Separately Priced Option to
Purchase fourth dump truck at the conclusion of time for Line Item
0007: $__ ___. LINE ITEM 0009: Basic Period: Lease of fifth dump truck
from date of award or 15 December 1997, whichever is later, through 30
September 1998. Quantity: 1 each. Unit Price: $__ ___ per month.
Extended Amount: $__ ___ for basic period. LINE ITEM 0010: Basic
Period: Separately Priced Option to Purchase fifth dump truck at the
conclusion of time for Line Item 0009: $__ ___. Option Years 1 and 2
shall continue with this same format for pricing with the exception
that extended amounts shall be for a 12 month period. Offerors must
include copies of their amortization schedules with their offer. The
minimum salient characteristics are as follows, but may not be all
inclusive: (1) SNOW PLOW: (a) Moldboard 11 feet wide, 41 inches high;
(b) Frame -- semi-circle fabricated with welded reversing stops and "A"
Frame type reversing table; (c) Two mounted trip cylinders with two
spring loaded adjustable trip arm assemblies anchored to circle frame
and moldboard; (d) Hydraulics capable of 42 degree angle reverse in
left or right hand positions while raised, lowered, or under full load;
(e) Quick Hitch 29" wide X 34" high for plow and truck mounting. (2)
DUMP BODY: (a) 13' long, 87" inside width, minimum 30" depth, with
minimum 12" frame overhang; (b) Tailgate cab controlled with air
operated opening; (c) Hydraulic oil tank and filter, independently
mounted thirty gallon tank with cleanout port on top, fluid level sight
gauge, shutoff valve between tank and filter -- full flow with no
restriction to fluid flow, (d) Hydraulic controls [1] #1 spool to
operate dump box cylinder, [2] #2 spool to operate one-way cylinder for
snow plow lift, [3] #3 spool to operate two-way cylinder for snow plow
reverse, [4] #4 spool to operate V boxed sander mounted to switch on
and off, [5] float valves, [6] air activated controls -- NOT cable; (e)
All hoses to be high pressure wire braid with threaded ends and
hydraulic type piping and fittings -- black or galvanizedpipe and/or
fittings NOT acceptable; (f) Electrical: [1] Sealed tail lights and two
strobe lights with enclosed kit, mounted in rear body post, [2]
Red/orange beacon light minimum 8" diameter mounted on top of cab, [3]
All wiring in plastic conduit, [4] Wiring connected by sealed
connectors or soldered and taped -- self stripping quick connectors NOT
acceptable; (g) Paint prime and color polyurethan #14052 Gloss Green.
(3) TANDEM AXLE CAB AND CHASSIS TRUCK: (a) Cab: [1] Standard minimum
112" with tilt hood, stationary grill factory installed -- modified
grill NOT acceptable, [2] Grill minimum 36" wide X 30" high, [3] Air
suspension drivers seat with fixed suspension passenger seat, [4] Fresh
air heater and defroster, AM/FM radio, 134 air conditioning; (b) Dash
mounted gauges: tachometer, oil pressure, temperature, fuel, ampmeter,
air pressure (one each per tank), transmission temperature, and PTO
switch, air cleaner restrictor gauge -- indicator lights NOT
acceptable; (c) Frame shall extend 9" beyond grill for snow plow
mounting; (d) Minimum 16,000 pound capacity on both front axle and
spring, power steering with fluid cooler; (e) 40,000 pound rear tandem
axle, single speed, full floating, lock in power divider, single
reduction 4.30 to 1.0 ratio; (f) Brakes: [1] Air emergency brake -- all
rear wheel, [2] braking system to comply with all Federal D.O.T.
specifications and requirements, [3] Full trailer brake controls to
include hand control valve, tractor protection, trailer supply, check
valves; (g) Automatic 6-speed transmission (governed to 65 mph); (h)
Electrical system: [1] Lighting must meet State and Federal
requirements, [2] Seven terminal receptacle at rear for trailer lights;
(i) One 100 gallon fuel tank or two 50 gallon tanks mounted on same
side; (j) Engine: [1] Detroit Diesel series 60 -- 12.7 liter, [2] 430
net horse power @ 2100 rpm, [3] 1400 ft lbs torque @ 1200 rpm, [4] DDEC
electronic controlled, [5] engine block heater, [6] jake brake or
retarder; (k) Single vertical exhaust, pipe or muffler shielded with
stack guard right angle outlet to clear dump body cab shield; (l)
Wheels and Tires: [1] Ten Budd type, 10 hole disc wheels, heavy duty
industrial 24.5 X 8.25" tubeless, [2] all weather tires with one each
spare wheel and tire. Contractor shall provide routine scheduled
preventive maintenance in accordance with manufacturer's
specifications, at recommended intervals, in accordance with industry
standards, and shall be included in each CLIN pricing. The contractor
shall also provide both parts and labor, at no additional cost to the
government, to replace parts which fail through normal wear and tear.
Delivery F.O.B. -- destination, USAF Academy, CO 80840. ALERT: Vendors
are STRONGLY encouraged to use the Standard Form 1449 as the first
page of their offer/quote/bid and completely provide the requested data
for all blocks. If you choose NOT to use the Standard Form 1449, you
are cautioned to complete and provide with your written offer/quote/bid
all the data requested by FAR 52.212-1. Failure to do so may render
your offer/quote/bid as non-responsive and may eliminate you from
consideration for award. The clause at 52.212-1 applies to this
solicitation; however, no addenda applies to 52.212-1. The provision at
52.212-2 Evaluation -- Commercial Items applies to this acquisition
with all offers being evaluated against the following factors in the
descending order of importance: 1) Technical capability, 2) Past
performance, and 3) Price. Technical capability of the proposed items
offered shall be evaluated to determine if the items offered
ecifications set forth in this solicitation. Offerors must identify the
proposed product by brand-name, model number, and provide sufficient
descriptive product literature with the offer to ensure technical
capability compliance to CLINs. Offerors should also include the terms
and conditions of both their lease agreements and purchase buy outs
and a copy of their amortization schedule. Technical capability and
past performance will be rated using the following system: 1) Does not
meet the standard (-); (2) meets the standard (0); and 3) Exceeds the
standard (+). Past performance will be evaluated to determine if the
offeror has supplied similar products in similar quantities, with
similar terms within the past two years. Offerors must provide with the
proposal at least three (3) references to illustrate this past
performance for the purpose of evaluation. Price will be evaluated for
fairness, reasonableness, and completeness as it relates to the items
offered. Award will be made based on best value to the Government. The
offeror who has the best combination of + and 0 signs on the evaluation
scoring and is considered to be most advantageous including price to
the Government will be considered the apparent awardee. Offers shall
include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with its offer.
The clause 52.212-4, Contract Terms and Conditions -- Commercial Items,
applies to this acquisition. The clause at 52.212-5, Contract Terms and
Conditions Required To Implement Statutes or Executive Orders --
Commercial Items applies to this acquisition. Additional FAR clauses
cited in the clause applicable to this acquisition are:
(b)1,2,3,4,6,7,8,9,10 and (c)(1). DFARS 252.212-7001, Contract terms
and conditions required to implement status of Executive Orders
applicable to Defense Acquisitions of Commercial Items, NOV 1995
applies to this acquisition with the inclusion of the following DFARS:
252.205-7000; 252.219-7003; 252.219-7005; 252.219-7006; 252.225-7001;
252.225-7006; 252.225-7007; 252.225-7012; 252.225-7014; 252.247-7024;
52.217-5; 52.217-9: shall not exceed 4 years; 52.232-18; and
52.232-19: beyond 30 Sep 98 for both fill-ins. Note: Notice will be
given no later than 30 days prior to expiration date of the basic or
option year, whichever is current time frame; 52.225-10 Duty-Free Entry
DFARS, applies to this acquisition with completion of paragraph, that
offer does or does not anticipate that supplies will be transported by
sea. Explanatory Note: Separately Priced Option Contract Line Items:
The Government may, at its sole discretion, require exercise of the
contract line items as identified in the CLIN structure as Separately
Priced Options. The Contracting Officer may exercise the option to
purchase the Separately Priced Options by written notice to the
Contractor any time within the term of the contract. Offers must be
received NLT 3:00 pm Mountain Standard Time, 12 December 1997 at
Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF
Academy, CO 80840-2315. Billie Nigro (719)333-2965, or Ms Sherry
Pittinger (719)333-2732 may be contacted for information regarding this
solicitation. (0330) Loren Data Corp. http://www.ld.com (SYN# 0097 19971201\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|