SOLICITATION NOTICE
23--23 -- TRUCK LEASE
- Notice Date
- 11/7/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
- ZIP Code
- 44141
- Solicitation Number
- 541-021-06
- Response Due
- 11/16/2005
- Archive Date
- 12/16/2005
- Small Business Set-Aside
- N/A
- Description
- Louis Stokes Cleveland, Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, Ohio 44141, is issuing a combined synopsis/solicitation under FAR Part 12 as supplemented with additional information included in this notice. The VA is requesting proposals for the lease of a box truck. The term of the lease shall be 5 years. This procurement shall be a multi-year lease funded by annual obligated funds. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number is 541-009-06 and is issued as a request for proposal (RFP). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. This solicitation shall be set-aside for small business. The North American Industry Classification System (NAICS) code for this solicitation is 532120 and size standard is not to exceed $21.5M. Award will be made using best value, to include price and technical factors. Technical factors shall include and the selected vendor shall provide: A. a 33,000 GVW box truck or greater; B. Lease price shall include vehicle acquisition, financing and disposal; C. All OEM preventative maintenance and fluids analysis, provided locally; D. All OEM component repair and replacement. E. OEM Replacement tires included; F. Substitute vehicles for scheduled or non-scheduled preventative and corrective maintenance, mechanical or service failures, recall repairs, and breakdowns ; G. 24-S.O.S. emergency roadside assistance to include towing; H. Truck washing; I. Licensing and permitting; J. Driver safety and operational training; H. DOT compliance truck; L. Available fuel programs; M. Cargo box specifications shall be approximately 24 feet long x 97 inches high x 91 inches wide, inside dimensions; N. Heated drivers and passenger mirrors; O. Radio; P. Plywood interior; Q. Heavy-duty fold under rear lift gate rated at no less than 3,000 lift and hold pounds; R. Diesel engine; S. Cab over engine design; T. Right side man door in box approximately 41 inches wide x 76 inches tall; U. Description in detail as to what is included in lease. Questions regarding this solicitation must be in writing to the Contracting Officer, fax (440-838-6052 or email Richard.dahmen@med.va.gov). NO TELEPHONE REQUESTS WILL BE ACCEPTED. Any amendments to this solicitation will be available on fedbizopps. Offerors are advised that they are responsible for obtaining amendments. Vehicles offered must be in strict compliance with the buy American act. CLAUSES AND PROVISIONS: The contracting officer has determined this acquisition will be issued under the clauses and provisions of FAR Part 12: Acquisition of Commercial Items. All clauses and provisions in this document carry the same force and effect as given in full text. The full text of a clause or provision may be accessed electronically at either of these addresses: www.arnet.gov/far (FAR); www.va.gov/oamm/vaar (VAAR). The following FAR and VAAR clauses and provisions shall apply to this solicitation: 52.212-4: Contract Terms and Conditions: Commercial Items (Oct 2003); 52.252.2: Clauses Incorporated by Reference (Feb 1998); 52.217-8: Option to Extend Services (Nov 1999); 52.217-9; Contractor Responsibilities (Apr 1984); 852-270-1: Representative of Contracting Officers (Apr 1984); 852.270-4: Commercial Advertising (Apr 1984); 52.212-5: Contract Terms and Conditions Required to Implement Statutes and Executive Orders: Commercial Items (Jul 2005). Under 52.212-5, the following FAR clauses apply: 52.222-3: Convict Labor (Jun 2003) (EO 11755); 52.222-21: Prohibition of Segregated Facilities (Feb 1999); 52.222-26: Equal Opportunity (Apr 2002) (EO 11246); 52.222-35: Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 USC 4212); 52.222-36: Affirmative Action for Handicapped Workers (Jun 1998) (29 USC 793); 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 USC 4212); 52.225-13: Buy American Act; 52.225-1: Restrictions on Certain Foreign Purchases (Mar 2005); 52.225-16: Sanctioned European Union Country Services (Feb 2000) (EO 12849); 52.232-34 Payment by Electronic Funds Transfer (May 1999) (31 USC 3332); 52.212-1: Instruction to Offerors: Commercial Items (Jan 2005); 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998); 52.215-1 Instructions to Offerors: Competitive Acquisition (May 2001); 852.233-70 Protest Content (Jan 1998); 852.233-71 Alternative Protest Procedure (Jan 1998); 52.212-3: Offeror Representations and Certifications: Commercial Items (Mar 2005). Note: The provision 52.212-1 gives instructions to offerors submitting bids. A copy of the provision 52.212-3, must be completed and turned in with the proposal, unless an electronic copy has been posted at the http://orca.bpn.gov website. Failure to submit a price for all items or other necessary information asked for in this solicitation, may be cause for the offer to be rejected as being non-responsive or result in a lower evaluation score. All documentation and technical information necessary must be provided to the contracting activity so as to be able to determine whether the offeror meets the requirements of the solicitation. METHOD OF AWARD: Award will be made to the offeror whose quotation is technically acceptable and whose technical/cost relationship is the most advantageous to the Government. While cost is primary to technical, the technical will be a factor in the award decision. Award may not necessarily be made to the offeror submitting the lowest bid. Also, award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and to the advantage of the Government. Award may be made without discussions. Proposals with solicitation No. 541-021-06 in subject line shall be submitted by email to Richard Dahmen at Richard.dahmen@med.va.gov or fax to 440-838-6052 no later than Wednesday, November 16, 2005 at 12 Noon EST. .
- Place of Performance
- Address: 10000 BRECKSVILLE ROAD
- Zip Code: 44141
- Country: United States
- Zip Code: 44141
- Record
- SN00927906-W 20051109/051107211846 (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 |