Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2011 FBO #3558
SOLICITATION NOTICE

W -- Vehicle Lease

Notice Date
8/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
AG-344V-S-11-0009
 
Archive Date
9/3/2011
 
Point of Contact
Melissa K. Paquin-Leon, Phone: email only, RUFUS KI COLE, Phone: email only
 
E-Mail Address
mpaquinleon@fs.fed.us, rcole01@fs.fed.us
(mpaquinleon@fs.fed.us, rcole01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The Trails Unlimited Enterprise Unit in Monrovia, Ca has a requirement for a vehicle lease agreement. These vehicles are to assist in transportation with the implementation of future trail projects requested by the National Forests. The potential lease time is up to 3 years. These vehicles are required NLT 29 Sept 2011. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603 as supplemented with additional information in this notice. This announcement consititutes the only solicitation; quotes are being requested and a written solicitaiton will not be issued. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38 effective December 2009. The complete text of any of the clauses and provisions are available electronically from the following site: http://fsweb.wo.fs.fed.us/aqm/regulations. This is a Request for Quote (RFQ) and the solicitation number is AG-344V-S-11-0009. This solicitation is issued as a small business set-aside. The associated NAICS code is 115310 and the associated size standard is $7,000,000.00. Quote MUST be good for 30 calendar days after close of request. **REQUIREMENTS OF THE POTENTIAL LEASE: ALL VEHICLES MUST BE FROM THE SAME MANUFACTURER, HAVE UNLIMITED MILEAGE, AND HAVE EXTENDED WARRANTEES. FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: the following paragraphs are hereby deleted from this provision: (e) Multiple offerors. and (h) multiple awards. OFFER SUBMISSION INSTRUCTIONS - Qutoes must include the follwing items. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, and Tax Identification Number (4) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items. Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for possible award. 3. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 4:00PM MT, 30 August 2011 : Email to: mpaquinleon@fs.fed.us; Fax to: 505-842-3111 Attn: Melissa Paquin-Leon or Mail to: Albuquerque Regional Office, USDA Forest Service, 333 Broadway NE Albuquerque, New Mexico 87102. ** NO SUBMISSIONS WILL BE ACCEPTED OTHER THAN THOSE METHODS STATED ABOVE. NO EXCEPTIONS. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest evaluated price, as well as availability. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://fsweb.wo.fs.fed.us/aqm/, regulations. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES Stop Work Order FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009), FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (DEC 2009) in paragraph (b) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2008) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.215-1 Instructions to Offerors--Competitive Acquisition (JAN 2004) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES 452.204-70 Inquiries (FEB 1988) FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 505-842-3111 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. Tpe of product requested: Vehicle Lease Agreement, 2 years Special Specificatios of Equipment: VEHICLE SPECIFICATIONS FOR ALL TRUCKS/VEHICLES : • All vehicles from the same manufacturer • Color: White • 4 Wheel Drive (Electronic shift on the fly) • Sound proofing • 2 ½ " trailer receiver - class 5 or greater • 7 pin (round) trailer light/ brake plug • 40/20/40 split bench seating w/ cloth material & Lumbar support for • both driver & passenger seats • Air Conditioning • Turbo diesel w/ intercooler • Factory Exhaust Brake or after market • Built-in Electric trailer brake module w/ 4 auxiliary switches for auxiliary fuel pump, 2-lights & auxiliary power • Automatic transmission - six speed minimum w/ overdrive • Skid Plates (Transmission, transfer case fuel tanks) • Towing package • Snow plow package or heavy service suspension • Heavy Duty 18" Mud & Snow tires • Dual fuel tanks w/ min. 50 gal total • Limited slip differential • Full size power in/out truck side mirrors w/remote control (Powered towing telescoping mirrors, heated & power fold away) • Radio AM-FM W/CD player • Dual - Heavy Duty Batteries • Alternator: min. 320 amp. • Cruise control • Spare tire & wheel • Power Door Locks • Factory installed fog lights • Tilt Steering Wheel • Cab step tubular running board • GPS unit with built in screen • Auxiliary 120V AC power outlets to operate a computer • 12,000 lb. min. Electric winches installed with hidden bumper Vehicle Specifications: 1 - 2012 ; make TBA; F-250/4x4 Crew Cab ¾ Ton SRW Crew Cab w/Short Bed (6 ¾' box) 150" min. wheel base Axle weight rating Front: min. 6,000 lbs Rear: min.9,000 lbs Axle clearance min. 8 inch. GVWR min. 10,000 lbs. Limited slip rear differential w/ 3.88 ratio Gross combined weight rating GCWR: Min. 23,000lbs Brakes: 4wheel disc brakes ABS: rear 13in. dia min., front 13in. dia. min. 315/75RX18 HD Mud & Snow all-terrain tires Minimum 50 gal fuel tank Limited slip differential 3.88 ratio Factory Tailgate latter Fiberglas shell - w/ side opening windows - White 1 - 2012 ; make TBA; F-450/4x4 Crew Cab 1 ½ ton DRW Crew Cab and Chassis Wheel base: 162" or less Axle weight rating front: min. 7,000 lbs rear: min.12,000lbs Axle clearance min. 8 inch. GVWR min. 15,000 lbs. Heavy service suspension package Gross combined weight rating GCWR: min 25,000lbs Brakes: 4wheel disc brakes ABS rear 15in. dia min. front 14in. dia. min. 225X19.5" HD maximum traction Mud & Snow tires Dual fuel tanks w/ min. 50 gal total Limited slip differential max. 4.30 ratio Truck Bed Specifications- FLATBED - Steel 10' X 95" Headboard - tapered with screen opening End plate tapered to trailer receiver use ½" plate for trailer hitch Floor - Diamond plate w/wood sub-floor, lineX sprayed on surfaceliner w/undercoating Stake Pockets - to fit existing stake sides (loading ramps drill drainage holes Sides require ¼" X ½" lip welded to left/ right sides to accommodate existing loading ramps ¼" x 2" flatbar welded under length of body under rail End plate - tapered to trailer receiver LED Lighting - all lights recessed, sealed & LED LED Work lights - rear facing located atop headboard w/ guards Trailer receiver 2 ½" X 2 ½" 26,000 GVTW capacity w/ D rings Hitch 24" from ground Trailer light plug- 7 pin round Under bed 2 tool boxes 12"x12"x 24" black steel mounted high on frame Paint - Black 2 - 2012 ; make TBA; F-350/4x4 Crew Cab 1 Ton DRW Crew Cab and Chassis wheel base: 162" or less Axle weight rating Front: min. 6,000 - Rear: min. 9,000 lbs Axle clearance min. 8 inch. GVWR min. 13,000 lbs. Gross combined weight rating GCWR: min 23,000lbs Brakes: 4 wheel disc brakes ABS Rear 13in. dia min. Front 13in. dia. min. 275R70X18" HD Maximum traction Mud & Snow tires Dual fuel tanks w/min. 50 gal Limited slip differential max. 4.10 ratio Truck Bed Specifications - FLATBED - Steel 10' X 92" Headboard - tapered with screen opening End plate tapered to trailer receiver use ½" plate for trailer hitch Floor - Diamond plate w/ wood sub floor, lineX spray liner on top w/ undercoating. Stake Pockets - to fit existing stake sides (loading ramps) drill drainage holes Sides require ¼" X ½" lip welded to left/ right sides to accommodate existing loading ramps ¼" x 2" flatbar welded down length of body under rail End plate - tapered to trailer receiver Lighting - all lights recessed, sealed & LED Work lights - rear facing located atop headboard w/guards The potential Offeror must be able to comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.farsite.hill.af.mil. Potential Vendors must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov Potential Vendors must provide with their quote descriptions accurate information in regards to the quantities and CLINS to which they are or are not quoting. Lack thereof requested information, may result in removal from the competition and/or sellers' offer may not be evaluated for award. The Government intends to potentially award to the responsible offerors whose offers conform to the quote and that will be the most advantageous to the Government based upon Best Value. Offerors will be evaluated based on price and availability with all factors being equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-344V-S-11-0009/listing.html)
 
Place of Performance
Address: 333 Broadway NE, Albuquerque, New Mexico, 87102, United States
Zip Code: 87102
 
Record
SN02543111-W 20110822/110820233259-4e6d42086ba0eeab4a33cc6add2af9d9 (fbodaily.com)
 
Source
FedBizOpps 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.