COMMERCE BUSINESS DAILY ISSUE OF MAY 1, 2001 PSA #2841
SOLICITATIONS
W -- LEASE AND MAINTENANCE OF 4X4 SUV
- Notice Date
- April 27, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-01-Q-A-041
- Response Due
- May 3, 2001
- Point of Contact
- George Dowdey, Contract Specialist, Phone 702-652-2099, Fax 702-652-9570, Email george.dowdey@nellis.af.mil -- Michael Bumpus, Contract Specialist, Phone 702-652-5321, Fax 702-652-5405, Email
- E-Mail Address
- George Dowdey (george.dowdey@nellis.af.mil)
- Description
- Lease and maintenance of one each 4 X 4 SUV. This is a combine synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Previous solicitations issued for this requirement have been cancelled. Proposals are being requested and a written solicitation will not be issued. This solicitation (F26600-01-Q-A035) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23 and the Defense Acquisition Circular 91-13. This solicitation is unrestricted for all business concerns. The North American Industry Classification System (NAICS) code is 53212. The item description is as follows: Non-personnel Service to provide all personnel, equipment, tools, materials, supervision, other items necessary to provide the following leased vehicle for one year with two option years. The vehicle shall have the following minimum requirements: 6 cylinder, 4.0L (minimum) engine, 4 door, automatic transmission, air conditioning, speed control/tilt wheel, cargo area cover, tinted windows, step bar, and FOB Nellis AFB NV. Vehicle must be RED in color. Vehicle will be used by Fire Department. The Government will drill holes to mount radios, beacons, and other Fire Department equipment. The Government will ensure holes are repaired prior to returning vehicle to the Contractor. Submit vehicle specification paperwork for evaluation. Bid items are as follows: CLIN 0001; Monthly Rental (Base year) quantity 12 months (rental period to begin on Government acceptance date); CLIN 0002; Monthly Rental First Option year 12 months; CLIN 0003; Monthly Rental Second Option year 12 months. Lease shall include standard 12,000 miles per year for a total of 36,000 miles for the 3-year lease period. Lease will include an extended service plan such as the _Ford Motor Company_s Quality Care Maintenance Protection Plan_ covering all manufacturer_s recommended scheduled oil changes, tire rotations, repair and replacement of wear items, etc. The lease payments shall include all fees including registration, processing, security deposit, extended service plan, and 12,000 miles a year for the life of the lease. The Government shall not pay a security deposit in advance, or any other advance payments. Price quotes shall be submitted by 2:00 p.m. (Pacific), 3 May 01 to 99th Contracting Squadron, 5865 Swaab Blvd. Nellis AFB, NV 89191, attention Mr. George Dowdey. Price quotes may be sent by facsimile at (702) 652-9570. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1, Solicitation Provisions Incorporated by Reference and FAR 52.252-2, Clauses Incorporated in Reference, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instruction of Offerors-Commercial Items, with the following technical description of the items being offered in sufficient detail to evaluate compliance with the requirement of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation of Commercial Items, award will be made to the offeror whose proposal represents the best value to the Government. The Government intends to award to vendor who submits proposal representing the overall best value to the Government. Evaluation factors are price, delivery and past performance. The offeror shall submit with the proposal the names and points of contact of three (3) recent lease agreements with other businesses or Governmental agencies. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).OFFERORS MUST INCLUDE WITH THEIR PROPOSALS A CURRENT, COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4, Contract Terms and Conditions-Commercial items applies to this solicitation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, applies to this solicitation. The following clauses also apply to this solicitation: FAR 52.202-1, Definitions; FAR 52.203-3, Gratuities; FAR 52.203-5, Covenant Against Contingent Fees, FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-4, Printing/Copying Double Sided on Recycled Paper; FAR 52.208-4 Vehicle Lease Payments; FAR 52.208-5, Conditions of Leased Vehicles; FAR 52.208-6 Marking of Leased Vehicles; FAR 52.208-7, Tagging of Leased Vehicles; FAR 52.217-5, Evaluation of Option; FAR 52.217-8, Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.223-13, Certification of Toxic Chemical Release Reporting; FAR 52.223-14, Toxic Chemical Release Reporting; FAR 52.225-1, Buy American Act- Balance of Payments Program_Supplies; FAR 52.228-8, Liability and Insurance- Leased Motor Vehicles; FAR 52.243-1, Changes; FAR 52.232-33 Payment by Electronic Funds Transfer. DFAR 252.204-7004, Required Central Contract Registration. For solicitations after 1 Jun 98 all contractors are required to be registered in the Central Contractor Registration (CCR) for award. If not already registered, you should immediately register . In order to register, the contractor must have a DUNS number (available at (800) 333-0505). Registration via the Internet may be accomplished by calling 1-888-227 _2423 or via the Internet at http://ccr2000.com. The Bid Schedule and Representation and Certifications of Offerors are posted on the Electronic Posting System (EPS) at http://eps.gov. To locate this solicitation look under USAF offices, Air Combat Command locations. 99 CONS, Nellis AFB, NV, posted dates. If you are unable to access this web site, FAX (702( 652- 9570 and they will be provided to you. Contact Contracting Specialist, SSgt. Mike Bumpus (michael.bumpus@nellis.af.mil) or Contracting Officer, Mr. George D. Dowdey (george.dowdey@nellis.af.mil) at (702) 652-2099, for information regarding this combined synopsis/solicitation.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F26600-01-Q-A-041&L=885)
- Record
- Loren Data Corp. 20010501/WSOL002.HTM (D-117 SN50K5V2)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on April 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|