|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1998 PSA#2094Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 W -- LEASE OR RENTAL OF EQUIPMENT SOL F0561198R0017 DUE 052698 POC
Ronald E. Hudgins (719) 333-2965 or Ms Sherry Pittinger, Contracting
Officer (719)333-2732 17. 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.
This solicitation is issued as a Request For Proposal (RFP),
solicitation number F0561198R0017. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-3. The Standard Industrial Classification
Number is 7353 and the business size standard is $5.0 million. The
proposed purchase order here is Unrestricted. Women owned businesses
are encouraged to submit proposals. The Air Force Academy intends to
lease, with the option to purchase, two (2) dump trucks with heavy-duty
hydraulic reversing snow plows and roll type truck tarps with required
delivery as soon as possible after award, but no later than 30
September 1998. This purchase order will be for a basic one year period
and two (2) option years with an option to purchase the equipment at
any point in the agreement. LINE ITEM 0001: Basic Period: One year
period for lease of first dump truck from date of award (approximately
1 June 1998) through 31 May 1999. Rent shall accrue from the date the
vehicle is delivered and accepted.. Quantity: 1 each. Unit Price: $__
___ per month. Extended Amount: $__ ___. LINE ITEM 0002: Basic Period:
One year period for lease of second dump truck from date of award
(approximately 1 June 1998) through 31 May 1999. Rent shall accrue from
the date the vehicle is delivered and accepted. Quantity: 1 each. Unit
Price: $__ ___per month. Extended Amount $__ ___. LINE ITEM 0003:
Basic Period: Separately Priced Option to Purchase first dump truck at
the conclusion of time for Line Item 0001: Quantity: 1 each. Unit
Price: $__ ___Extended Amount: $__ ___. LINE ITEM 0004: Basic Period:
Separately Priced Option to Purchase second dump truck at the
conclusion of time for line item 0001: Quantity: 1 each. Unit Price:
$__ ___ Extended Amount: $__ ___ . LINE ITEM 0005: First Option Year:
Separately Priced Option to lease first dump truck for the period 1
June 1999 thru 31 May 2000. Quantity: 1 each. Unit Price: $__ ___ per
month. Extended Amount: $__ ___. LINE ITEM 0006: First Option Year:
Separately Priced Option to lease second dump truck for the period 1
June 1999 thru 31 May 2000 . Unit Price$__ __per month. Extended Amount
$__ ___:LINE ITEM 0007: First Option Year: Separately Priced Option to
purchase first dump truck at conclusion of time for line item 0005:
Quantity: 1 each. Unit Price $__ ___. Extended Amount: $__ ___.LINE
ITEM 0008: First Option Year: Separately Priced Option to purchase
second dump truck at conclusion of time for line item 0005: Quantity:
1 each. Unit Price$__ ___. Extended Amount:$__ ___ . LINE ITEM 0009:
Second Option Year: Separately Priced Option to lease first dump truck
for the period 1 June 2000 thru 31 May 2001. Unit Price $__ ___per
month. Extended Amount $__ ___: LINE ITEM 0010: Second Option Year:
Separately Priced Option to lease second dump truck for the period 1
June 2000 thru 31 May 2001. Unit Price $__ ___. Extended Amount $__
___. LINE ITEM 0011:Second Option Year: Separately Priced Option to
purchase first dump truck at conclusion of time for line item 0009:
Quantity: 1 each. Unit Price $__ ___. Extended Amount: $__ ___: LINE
ITEM 0012: Second Option Year: Separately Priced Option to purchase
second dump truck at conclusion of time for line item 0009: Quantity:
1 each. Unit Price $__ ___. Extended Amount : $__ ___. Offerors must
include copies of their amortization schedules with their offer. The
minimum salient characteristics are as follows: (1) SNOW PLOW: (a)
Moldboard 11 feet wide, 41 inches high; (b) Frame -- semi-circle
fabricated with welded reversing stops and "A" Frame type reversing
table; (c) Two mounted trip cylinders with two spring loaded adjustable
trip arm assemblies anchored to circle frame and moldboard; (d)
Hydraulics capable of 42 degree angle reverse in left or right hand
positions while raised, lowered, or under full load; (e) Quick Hitch
29" wide X 34" high for plow and truck mounting. (2) DUMP BODY: (a) 13'
long, 87" inside width, minimum 30" depth, with minimum 12" frame
overhang; (b) Tailgate cab controlled with air operated opening; (c)
Hydraulic oil tank and filter, independently mounted thirty gallon tank
with cleanout port on top, fluid level sight gauge, shutoff valve
between tank and filter -- full flow with no restriction to fluid flow,
(d) Hydraulic controls [1] #1 spool to operate dump box cylinder, [2]
#2 spool to operate one-way cylinder for snow plow lift, [3] #3 spool
to operate two-way cylinder for snow plow reverse, [4] #4 spool to
operate V boxed sander mounted to switch on and off, [5] float valves,
[6] air activated controls -- NOT cable; (e) All hoses to be high
pressure wire braid with threaded ends and hydraulic type piping and
fittings -- black or galvanized pipe and/or fittings NOT acceptable;
(f) Electrical: [1] Sealed tail lights andtwo strobe lights with
enclosed kit, mounted in rear body post, [2] Red/orange beacon light
minimum 8" diameter mounted on top of cab, [3] All wiring in plastic
conduit, [4] Wiring connected by sealed connectors or soldered and
taped -- self stripping quick connectors NOT acceptable; (g) Paint
prime and color polyurethan #14052 Gloss Green. (3) TANDEM AXLE CAB AND
CHASSIS TRUCK: (a) Cab: [1] Standard minimum 112" with tilt hood,
stationary grill factory installed -- modified grill NOT acceptable,
[2] Grill minimum 36" wide X 30" high, [3] Air suspension drivers seat
with fixed suspension passenger seat, [4] Fresh air heater and
defroster, AM/FM radio, 134 air conditioning; (b) Dash mounted gauges:
tachometer, oil pressure, temperature, fuel, ampmeter, air pressure
(one each per tank), transmission temperature, and PTO switch, air
cleaner restrictor gauge -- indicator lights NOT acceptable; (c) Frame
shall extend 9" beyond grill for snow plow mounting; (d) Minimum
16,000 pound capacity on both front axle and spring, power steering
with fluid cooler; (e) 40,000 pound rear tandem axle, single speed,
full floating, lock in power divider, single reduction 4.30 to 1.0
ratio; (f) Brakes: [1] Air emergency brake -- all rear wheel, [2]
braking system to comply with all Federal D.O.T. specifications and
requirements, [3] Full trailer brake controls to include hand control
valve, tractor protection, trailer supply, check valves; (g) Automatic
Allison Model HD 4560 PR Transmission or equal (governed to 65 mph);
(h) Electrical system: [1] Lighting must meet State and Federal
requirements, [2] Seven terminal receptacle at rear for trailer lights;
(i) One 100 gallon fuel tank or two 50 gallon tanks mounted on same
side; (j) Engine: [1] Detroit Diesel series 60 -- 12.7 liter, [2] 430
net horse power @ 2100 rpm, [3] 1400 ft lbs torque @ 1200 rpm, [4] DDEC
electronic controlled, [5] engine block heater, [6] jake brake or
retarder; (k) Single vertical exhaust, pipe or muffler shielded with
stack guard right angle outlet to clear dump body cab shield; (l)
Wheels and Tires: [1] Ten Budd type, 10 hole disc wheels, heavy duty
industrial 24.5 X 8.25" tubeless, [2] all weather tires with one each
spare wheel and tire. (4) DUMP TRUCK MATERIAL COVER (a) Aero Industries
Easy Cover model 500 or equal; [1] roll type truck tarp, mounted on
outside of dump body; [2] undermost torsion springs; [3] Heavy duty 1
5/8", 12-gauge steel tubing swing arms; [4] electrically operated crank
with control inside cab of truck; [5] heavy duty vinyl mesh tarp
material. Contractor shall provide routine scheduled preventive
maintenance in accordance with manufacturer's specifications, at
recommended intervals, in accordance with industry standards, and shall
be included in each CLIN pricing. The contractor shall also provide
both parts and labor, at no additional cost to the government, to
replace parts which fail through normal wear and tear. Delivery F.O.B.
-- destination, USAF Academy, CO 80840. ALERT: Vendors are STRONGLY
encouraged to use theStandard Form 1449 as the first page of their
offer/quote/bid and completely provide the requested data for all
blocks. If you choose NOT to use the Standard Form 1449, you are
cautioned to complete and provide with your written offer/quote/bid all
the data requested by FAR 52.212-1. Failure to do so may render your
offer/quote/bid as non-responsive and may eliminate you from
consideration for award. The clause at 52.212-1 applies to this
solicitation; however, no addenda applies to 52.212-1. The provision at
52.212-2 Evaluation -- Commercial Items applies to this acquisition
with all offers being evaluated against the following factors in the
descending order of importance: 1) Technical capability, 2) Past
performance, and 3) Price. Technical capability of the proposed items
offered shall be evaluated to determine if the items offered meet the
specifications set forth in this solicitation. Offerors must identify
the proposed product by brand-name, model number, and provide
sufficient descriptive product literature with the offer to ensure
technical capability compliance to CLINs. Offerors should also include
the terms and conditions of both their lease agreements and purchase
buy outs and a copy of their amortization schedule. Technical
capability and past performance will be rated using the following
system: 1) Does not meet the standard (-); (2) meets the standard (0);
and 3) Exceeds the standard (+). Past performance will be evaluated to
determine if the offeror has supplied similar products in similar
quantities, with similar terms within the past two years. Offerors must
provide with the proposal at least three (3) references to illustrate
this past performance for the purpose of evaluation. Price will be
evaluated for fairness, reasonableness, and completeness as it relates
to the items offered. Award will be made based on best value to the
Government. The offeror who has the best combination of + and 0 signs
on the evaluation scoring and is considered to be most advantageous
including price to the Government will be considered the apparent
awardee. Offers shall include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items, with its offer. The clause 52.212-4, Contract Terms and
Conditions -- Commercial Items, with the following addenda applies to
this acquisition: 52.208-4, Vehicle Lease Payments, 52.208-5, Condition
of Leased Vehicles, 52.208-6, Marking of Leased Vehicles, 52.208-7,
Tagging of Leased Vehicles, and 52.228-8, Liability and
Insurance-Leased Motor Vehicles. The clause at 52.212-5, Contract Terms
and Conditions Required To Implement Statutes or Executive Orders --
Commercial Items applies to this acquisition. Additional FAR clauses
cited in the clause applicable to this acquisition are:
(b)1,2,3,6,7,8,9. DFARS 252.212-7001, Contract terms and conditions
required to implement status of Executive Orders applicable to Defense
Acquisitions of Commercial Items, NOV 1995 applies to this acquisition
with the inclusion of the following DFARS: 252.219-7006; 252.225-7001;
252.225-7007; 252.225-7012 (SEP 1997); 252.247-7024; 52.217-5;
52.217-9: (a) Notice will be given no later than 30 days prior to
expiration date of the basic period or option year, whichever is
current time frame; (c) shall not exceed 3 years; 52.232-18; and
52.232-19: beyond 31 May 99 for both fill-ins; 52.225-10 Duty-Free
Entry DFARS, applies to this acquisition with completion of paragraph,
that offer does or does not anticipate that supplies will be
transported by sea. Explanatory Note: Separately Priced Option Contract
Line Items: The Government may, at its sole discretion, require
exercise of the contract line items as identified in the CLIN structure
as Separately Priced Options. The Contracting Officer may exercise the
option to purchase the Separately Priced Options by written notice to
the Contractor any time within the term of the contract. Offers must
be received NLT 3:00 pm Mountain Standard Time, 26 MAY 1998. at
Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF
Academy, CO 80840-2315. Ronald Hudgins (719)333-2965, or Ms Sherry
Pittinger (719)333-2732 may be contacted for information regarding this
solicitation. (0128) Loren Data Corp. http://www.ld.com (SYN# 0095 19980513\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|