Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982

Operational 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