COMMERCE BUSINESS DAILY ISSUE OF MAY 1, 2001 PSA #2841
SOLICITATIONS
W -- VEHICLE LEASING
- Notice Date
- April 27, 2001
- Contracting Office
- USDA, Forest Service, Beaverhead-Deerlodge National Forest, 420 Barrett Street, Dillon, MT 59725
- ZIP Code
- 59725
- Solicitation Number
- R1-02-01-17
- Response Due
- May 8, 2001
- Point of Contact
- Mike Blinn (406)-683-3983
- E-Mail Address
- /PRESOL (mblinn@fs.fed.us)
- Description
- Responses to this solicitation, no. R1-02-01-17, are due May 8, 2001, at 3:00 P.M. Mountain Time. Fax responses may be sent to 406-683-3855. Hardcopy responses may be sent to the address above. Please include the solicitation number, project name, company name, company contact person's name, address, telephone number, and fax number. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information ncluded in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This announcement constitutes the only solicitation; prices are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this project is 532112. This is NOT a small business set-aside. Item 1 -- (9) 1/2 ton 4x4 pickups, estimated use 8000 miles; Item 2 -- (2) crew cab 4x4s (8600 GVW), estimated use 8000 miles; Item 3 -- (2) 4x4 or 4x2 class A (S-10 or Ranger type), estimated use 4000 miles; Item 4 -- (1) SUV 4 door 4x4, estimated use 8000 miles. Delivery on June 1, 2001. Delivery Point is the Beaverhead-Deerlodge Supervisor's Office, Dillon, Montana. Estimated use is for 120 days (4 months). A base monthly price should include 8000 miles and a price per miles for miles exceeding 8000. Partial month payment will be prorated based on actual days of hire. Vehicles must be less than 3 years old and in good condition. A pre-acceptance and post-use inspection will be conducted and documented with signatures by both parties. Vehicles provided should operate on unleaded gasoline. These vehicles will be used on dirt and gravel roads that are dusty, narrow, brushy, and steep. Under these conditions normal wear and tear would include scratches to paint (no dents) and chips to windshields (no cracks). Estimated mileage is 8000 miles per vehicle. Drivers will be 18 or older with valid drivers' licenses. Delivery is to be FOR Destination. Pricing is to include delivery and pick-up. The Government will take responsibility for routine maintenance. The contractor will be responsible for repairs due to breakdown or worn parts. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition; Far 52,212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items with the additional FAR clauses stated at the following paragraphs within 52.212-5 applying: (a)(b)(11)(12)(13)(14)(15)(25)(d)&(e). OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3. All clauses and provisions are available at the follwing Internet site: http://www.arnet.gov/far/. Evaluation for award will be based on best value to the government, including cost of administering multiple awards, quality, ability to meet delivery dates, price, experience, and past performance. All items will be awarded on an item basis. For evaluation purposes, please provide the following for proposed vehicles: make, model, year, number of estimated miles at delivery.
- Record
- Loren Data Corp. 20010501/WSOL001.HTM (W-115 SN50K3B7)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on April 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|