Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

23 -- The Army Contracting Agency, Southern Region, Directorate of Contracting, Fort Bliss, is soliciting firm fixed price offers to provide leased refrigerated trailers and trucks for various Fort Bliss missions.

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-05-002
 
Response Due
7/22/2005
 
Archive Date
9/20/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation W911SG-05-002 is issued as a Request for Proposal (RFP). This acquisition is not set aside for small business. The applicable NAICS code is 532120; SIC code is 4141. T his requirement is for the lease/rental of 20 and 24 foot refrigerated trucks and 48 and 53 foot refrigerated trailers to be used in various activities in support of missions at Biggs Army Airfield, McGregor Range, Dona Ana Base Camp, and other ranges, bas e camps and locations at Fort Bliss. It is anticipated that one or more indefinite delivery, indefinite quantity type contracts will be awarded as a result of this solicitation, of 3 year duration. Offerors shall submit prices based on the cost of provid ing service on a daily, weekly and monthly basis. Scheduled maintenance and emergency service are required; emergency service shall be on a 24 hour a day, 7 day a week, on-call basis. Succcessful offerors shall provide replacement vehicles for any unserv iceable unit. Offerors should submit a flat fee per vehicle requirement to include all charges (i.e., pickup and delivery, mileage, any environmental fees, refrigeration hour charges, and any other surcharges). Offerors must have a service facility locat ed within sixty (60) miles of the Fort Bliss installation proper or establish a facility within the area. The provisions at 52.212-1, Instructions to Offeror-Commercial, and 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Offerors must include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Req uired to Implement Statutes or Executive Orders-Commercial Items, apply to contracts awarded as a result of this solicitation. The clauses in 52.212-5 which have been deemed to apply are 52.222-3, Convict Labor (JUNE 2003); Prohibition of Segregated Facil ities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 199 8); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004); Payment by Electronic Funds Transfer-C entral Contractor Registration (OCT 2003); 52.222-41, Service Contract Act of 1965, As Amended (MAY 1989); and 252.232-7003, Electronic Submission of Payment Requests (JAN 2004). The Government will make award resulting from this solicitation to the respo nsible offeror or offerors whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors (i.e., technical capability of offered services to meet the Government requirement and past performance) considere d. The following additional provisions/clauses shall apply to the solicitation and/or any resultant award(s): 52.232-18, Availability of Funds; and 52.232-19, Availability of Funds for the Next Fiscal Year. Offers are due 22 July 2005, 4:00 p.m., local t ime. Electronic submissions are acceptable. Contract Mr. John A. Cowgill, (915)568-4817, FAX (915)568-0836.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00842085-W 20050708/050706212111 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.