|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#192630th CONS/LGCSB, 806 13th Street, Suite 2, Vandenberg AFB, CA
93437-5226 W -- RENTAL OF HEAVY EQUIPMENT SOL F04684-98-QV145 DUE 091997 POC Anna
DeLozier, Contract Specialist, 805/734-8232 extension 6-2663 or Betty
Rosewaren, Contracting Officer, 805/734-8232 extension 5-8470 E-MAIL:
Click here to contact the contract specialist via e-mail.,
delozier@vafb5a.vafb.af.mil. Contractor shall lease to the Government
heavy duty equipment according to the Performance Work Statement at the
end of this description. Solicitation F04684-98-QV145. This
solicitation is issued as a request for quotation. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 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 document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-46. The standard industrial classification
(SIC) code is 7353 ($5M in annual receipts). The following
provisions/clauses apply: 52.212-1, Instructions to Offerors Commercial
Items; 52.212-2, Evaluation Commercial Items (Evaluation criteria to be
included in paragraph a are (1) technical capability of the item
offered to meet the Government requirement, and (2) price.); 52.212-4,
Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract
Terms and Conditions Required To Implement Statutes Or Executive
Orders -- Commercial Items (In paragraph b check 6, 7, 8, 9, and 10. In
paragraph c check 1 and 3.); 52.217-8, Option To Extend Services.
Offerors must include a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications Commercial Items, with its
offer. Period of performance is three months ( 1 Oct 97 to 31 Dec 97)
with a three month option. Place of performance is Vandenberg AFB, CA.
Following is a list of items with the estimated quantity of each item
and the estimated months to be leased during the period of performance
for both the initial three months and the option period: Forklift, 2 ea
-- 3 months; Backhoe, 1 ea -- 3 months; Dump Truck, 3 ea -- 3 months;
Excavator, 1 ea -- 3 months; Compactor, 1 ea -- 1 month; Flat tire
repair, 1 ea -- 26 repairs. Please see paragraph 3 of the PWSfor item
descriptions. Please provide a quote for the initial and option periods
and include a unit price per month or repair for each item. All
responsible sources may submit a quote which shall be considered.
Quotes are due 19 Sep 97. Please mail quotes to 30 CONS/LGCVB, Bldg
7015, Section 2D, 806 13th Street, Suite 2, Vandenberg AFB, CA
93437-5226, Attn: Anna DeLozier or fax to (805) 922-1703. Contact Anna
DeLozier, Contract Specialist at (805) 734-8232 extension 6-2663.
SECTION C-1 PERFORMANCE WORK STATEMENT 1.1. SCOPE OF WORK. The
contractor shall provide all personnel, equipment, tools, materials,
supervision, and other items and services necessary to perform the
lease of heavy equipment as defined in this performance work statement
(PWS), except as specified in Section C-2 as government-furnished
property and services, at Vandenberg Air Force Base (VAFB). The
contractor shall perform to the standards in this contract. 1.2.
CONTRACTOR PERSONNEL: 1.2.1. Contract Manager. The contractor shall
provide a contract manager who shall be responsible for the performance
of the work. The name of this person and an alternate or alternates who
shall act for the contractor when the manager is absent shall be
designated in writing to the contracting officer. 1.2.1.1. The contract
manager or alternate shall have full authority to act for the
contractor on all contract matters relating to daily operation of this
contract. 1.2.1.2. The contract manager or alternate shall be
available during normal duty hours within four (4) hours to meet on the
installation with government personnel (designated by the contracting
officer) to discuss problem areas. After normal duty hours, the manager
or alternate shall be available within eight (8) hours. 1.2.1.3. The
contract manager and alternate or alternates must be able to read,
write, speak, and understand English. 1.2.2. Contractor Employees. The
contractor shall not employ persons for work on this contract if such
employee is identified to the contractor by the contracting officer as
a potential threat to the health, safety, security, general well-being,
or operational mission of the installation and its population. 1.2.2.1.
Contractor personnel shall present a neat appearance and be easily
recognized as contractor employees. This may be accomplished by wearing
distinctive clothing bearing the name of the company or appropriate
badges showing the company name and employee name. 1.2.2.2. The
contractor shall make sure employees have the following current and
valid professional certifications before starting work under this
contract. 1. California Drivers license with the proper endorsement for
the equipment covered in this contract and any vehicles used to
transport the equipment on and off the installation. 1.2.2.3. The
contractor shall not employ any person who is an employee of the U.S.
Government if employing that person would create a conflict of
interest. Additionally, the contractor shall not employ any person who
is an employee of the Department of the Air Force,either military or
civilian, unless such person seeks and receives approval according to
DOD Directive R-5507. The contractor shall not employ any person who is
an employee of the Department of the Air Force if such employment would
be contrary to the polices contained in AFI 64-106. 1.2.2.4. The
contractor is cautioned that off-duty active military personnel hired
under this contract may be subject to permanent change of station,
change in duty hours, or deployment. Military Reservists and National
Guard members may be subject to recall to active duty. The abrupt
absence of these personnel could adversely affect the contractor's
ability to perform, however, their absence at any time shall not
constitute an excuse for nonperformance under this contract. 1.2.3.
Security Requirements. The contractor shall register with the Pass and
Registration Section of the 30th Security Forces Squadron (30 SFS)
prior to start of contract performance using VAN Form 539, Contractor
Application for Access, which authorizes the contractor and its
employees individual and vehicle entry to the installation. 1.2.3.1.
All forms of entry authorization, i.e. credentials, badges, vehicle
decals, and like media, will be issued by the Pass and Registration
Section, 30 SFS. The contractor shall be responsible for control and
accountability of all such media. When an employee terminates
employment or is no longer authorized such media, or upon completion of
the contract, all media shall be returned to 30 SFS. 1.2.3.2. The
contractor shall comply with all VAFB policies regarding entry to the
installation, rules of the road, compliance during contingency
operations, and photography. Contractor employees are authorized entry
to the installation for the purpose of work only and are not
authorized in other facilities, areas, or buildings without
authorization from 30 CES/CEOA. SECTION C-2 GOVERNMENT-FURNISHED
PROPERTY AND SERVICES 2.1. GENERAL INFORMATION. The government shall
provide the facilities, equipment, and services listed here. 2.2.
GOVERNMENT-FURNISHED SERVICES. 2.2.1. Emergency Medical Service. The
government will provide emergency medical treatment and emergency
patient transportation service for contractor personnel. The contractor
shall reimburse the government for the cost of medical treatment and
patient transportation service at the current inpatient or outpatient
treatment rate established by the servicing AF medical center. 2.2.2.
Fuel. The government shall provide fuel for the leased equipment during
the exercised performance period for each individual piece of
equipment. Upon return of the equipment to the contractor the
government shall ensure that fuel levels are equal or greater than the
fuel levels upon receiving the equipment. SECTION C-3
CONTRACTOR-FURNISHED ITEMS AND SERVICES 3.1. GENERAL INFORMATION.
Except for those items or services specifically stated in Section C-2
as government furnished, the contractor shall furnish everything needed
to perform this contract according to all its items. 3.2. CONTRACTOR
FURNISHED ITEMS. The minimum performance requirement is described below
for each heavy duty vehicle. The contractor shall provide the following
heavy duty vehicles on a lease basis. Delivery time to request shall be
within 15 working days of request. 3.2.1. Two Forklifts. Each forklift
shall be rough terrain, 4-wheel drive, 4-wheel steer, and be equipped
with laterally adjusting forks. Each forklift shall have the
capability to reach 22 horizontal feet, 32 vertical feet, and a lifting
capability of 5000 lbs. Additionally, each forklift shall have the
proper attachments for the lifting of personnel. 3.2.2. One Backhoe.
The backhoe shall have a 16 foot; 1 1/2 yard bucket in the front and a
24 inch standard trenching bucket on the rear boom. 3.2.3. Three Dump
Trucks. Each truck is to have the capability of hauling a minimum 6
cubic yard load of construction debris and earthen type material, such
as dirt and rock. Each truck shall have the capability of raising the
bed to dump a capacity load and then lower to normal driving position.
Additionally, each truck will be equipped with tarps that will
completely cover the load during transportation. 3.2.4. One Excavator.
The excavator shall have a minimum track width of 24 inches, a minimum
operating width of 9 feet 9 inches, and a standard bucket with a claw
(thumb) attachment for lifting of construction debris. The excavator
shall be a minimum of 125 hp and have the capability of a 22 foot
digging depth. 3.2.5. One Compactor. The compactor shall be single
drum, vibratory, articulating, and self-propelled (riding).
Additionally, it will have up to a 12-ton capacity with a drum width of
84 inches. 3.3. CONTRACTOR FURNISHED SERVICES. The contractor shall
deliver and pick up equipment at locations specified by the prime user,
30th Civil Engineering Squadron, VAFB, CA. The contractor shall provide
scheduled and preventive maintenance and repairs until lease expires.
Include the cost of these services in the lease of the equipment based
on normal fair wear and tear of said equipment. When equipment shall
become unserviceable due to breakage, safety, or any other reason the
contractor shall replace the item with an equal or better piece of
equipment. The replacement response time shall be 24 hours from the
time of notification. Damage to said equipment, above and beyond fair
wear and tear, (i.e. equipment misuse) shall render the government
liable for those specific repairs to that affected piece of equipment.
The contractor shall provide flat tire repair for the items listed in
Section C-3. The repair response time shall be two (2) hours from the
time of notification. The government shall be liable for the cost of
these flat tire repairs. (0247) Loren Data Corp. http://www.ld.com (SYN# 0120 19970909\W-0004.SOL)
W - Lease or Rental of Equipment Index Page
|
|