Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2001 FBO #0021
PRESOLICITATION NOTICE

W -- Lease with option to purchase two type II/III fire engines

Notice Date
12/21/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D 806 13th Street, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
F04684-02-T-0022
 
Response Due
1/18/2002
 
Archive Date
1/31/2002
 
Point of Contact
Jonwa Kim, Contract Specialist, Phone 805.606.2169, Fax 805.922-1703,
 
E-Mail Address
jonwa.kim@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 30th Space Wing, Vandenberg AFB, is soliciting Requests for Quote (RFQ), for lease with option to purchase two (2) type II/III Fire Engines. The Contractor is to provide all labor, tools, parts, materials, transportation and supervision necessary to provide the preventive maintenance as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additions information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F04684-02-T-0022 and will be issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS code is 532490 and the size standard is $5.0 million. This will be a one-year agreement with 4 additional option years. There are two (2) line items as follows: Type II/III Fire Engines in accordance with the attached statement of work. 13.106-2 -- Evaluation of Quotations or Offers 52.208-4 -- Vehicle Lease Payments. (Apr 1984) 52.208-5 -- Condition of Leased Vehicles. (Apr 1984) 52.208-6 -- Marking of Leased Vehicles. (Apr 1984) 52.208-7 -- Tagging of Leased Vehicles. (Apr 1984) 52.228-8 -- Liability and Insurance -- Leased Motor Vehicles. (May 1999) 52.212-1 -- Instructions to Offerors -- Commercial Items, (Mar 2000), apply to this acquisition. 52.212-2 -- Evaluation -- Commercial Items, (Jan 1999), apply to this acquisition. This service will be awarded using simplified acquisition procedures in accordance with FAR 13.0. Offerors must submit a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, (Feb 2000). 52.212-4 -- Contract Terms and Conditions -- Commercial Items, (May 1999), applies to this acquisition along with the following additional clauses: 52.217-5 -- Evaluation of Options. (Jul 1990) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) 52.222-22 -- Previous Contracts and Compliance Reports. (Feb 1999) 52.222-25 -- Affirmative Action Compliance. (Apr 1984) 52.232-18 -- Availability of Funds. (Apr 1984) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jul 2000) and DFAR 252.212-7001-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAR 2000) apply to this acquisition. The following marked clauses apply to this acquisition: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C.2402) ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (Mar 1999), (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. (Mar 1999) ___ (iii) Alternate II to 52.219-5. (Mar 1999) X (5) 52.219-8, Utilization of Small Business Concerns (Oct 1999) (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (Oct 1999), (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (Dec 1996), (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 1999), (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I of 52.219-23. (Oct 1998). ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999), (Pub. L.103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Feb 2000), (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (12) 52.222-26, Equal Opportunity (Feb 1999), (E.O. 11246). X (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era(Apr 1998) (38 U.S.C. 4212). X (14) 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998), (29 U.S.C. 793). X (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (Feb 2000), (41 U.S.C. 10a-10d). ___ (17)(i) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act - Balance of Payments Program (Feb 2000), (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. (Feb 2000) ___ (iii) Alternate II of 52.225-3. (Feb 2000) ___ (18) 52.225-5, Trade Agreements (Apr 2000), (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (19) 52.225-13, Restriction on Certain Foreign Purchases (Jul 2000), (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X (20) 52.225-15, Sanctioned European Union Country End Products (Feb 2000), (E.O. 12849). ___ (21) 52.225-16, Sanctioned European Union Country Services (Feb 2000), (E.O. 12849). X (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May. 1999), (31 U.S.C. 3332). ___ (23) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999), (31 U.S.C. 3332). ___ (24) 52.232-36, Payment by Third Party (May 1999), (31 U.S.C. 3332). ___ (25) 52.239-1, Privacy or Security Safeguards (Aug. 1996), (5 U.S.C. 552a). ___ (26) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Jun [2000]) (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. (Apr 1984). (b) The Contractor agrees to comply with any clause that is checked on the following list of DFARS clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. X 252.204-7004 Required Central Contractor Registration (NOV 2001) ____ 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). _____ 252.206-7000 Domestic Source Restriction (DEC 1991) (10 U.S.C. 2304). _____ 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (APR 1996) (DoD Contracts) (15 U.S.C. 637). _____ 252.225-7001 Buy American Act and Balance of Payments Program (DEC 1991) (41 U.S.C. 10a-10d, E.O. 10582). X 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (APR 2000) (41 U.S.C. 10a-10d, 19 U.S.C. 2501-2518, and 19 U.S.C. 3301 note). X 252.225-7012 Preference for Certain Domestic Commodities. (MAY 1999) X 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241 note). _____ 252.225-7015 Preference for Domestic Hand or Measuring Tools (DEC 1991) (10 U.S.C. 2241 note). _____ 252.225-7021 Trade Agreements (APR 2000) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). _____ 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (MAR 1998) (22 U.S.C. 2779). _____ 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (DEC 1991) (22 U.S.C. 2755). _____ 252.225-7029 Preference for United States or Canadian Air Circuit Breakers (AUG 1998) (10 U.S.C. 534(a)(3)). _____ 252.225-7036 Buy American Act--North American FreeTrade Agreement Implementation Act--Balance of Payments Program (MAR 1998) (Alternate I) (SEP 1999) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). _____ 252.227-7015 Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). _____ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). _____ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). _____ 252.247-7023 Transportation of Supplies by Sea (MAR 2000) (Alternate I) (MAR 2000) (Alternate II) (MAR 2000) (10 U.S.C.2631). _____252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: ____ 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (MAR 1998) (10 U.S.C. 2241 note). ____ 252.247-7023 Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). ____ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). Offers must be submitted as written responses, mailed or faxed and received no later than 4:30 p.m. PST on 18 Jan 2002 to TSgt Daniel T. Jaques, 30 CONS/LGCA, Bldg 7015, Section 2C, 806 13th Street, Suite 2D, Vandenberg Air Force Base, CA 93437. Oral responses will not be accepted. Any questions or comments must be addressed to TSgt Daniel T. Jaques and must be submitted no later than 4:30 p.m. PST on 11 Jan 2002. All letters containing quotes must be sent to TSgt Daniel T. Jaques and state on the exterior of the package "RFQ F04684-02-T-0022." Each offeror shall sign his/her quote Responding sources must provide their company name, contact with telephone number, and their signature. Additionally, responding sources must be registered in the United States government Central Contractor Registration at www.ccr2000.com or http://ccr.dlsc.dla.mil. Quote is valid for 60 days from the date of the quote.
 
Place of Performance
Address: 30 CONS/LGCA, Bldg 7015, Section 2C, 806 13th Street, Suite 2D, Vandenberg Air Force Base, CA 93437
Zip Code: 93437
Country: USA
 
Record
SN20011223/00009613-011222090401 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.