|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1998 PSA#2094Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 W -- LEASE W/OPTION TO BUY 16 PAX BUS SOL F0561198T1562 DUE 052698 POC
Ronald E. Hudgins, 719-333-2965 or Ms Sherry Pittinger, 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 F0561198T1562. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-3. The Standard Industrial Classification Number is 3713
and the business size standard is 500 employees. 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, one 16 passenger (pax) motor bus, Supreme Senator
manufactured by Intermountain Coach, or equal. The vehicle will provide
official transportation for the Air Force Academy's Superintendent and
guests, Protocol, and the Command Staff of the 10th Air Base Wing.
This purchase order will be for a basic one year period and one (1)
option year with an option to purchase the equipment at any point in
the agreement. LINE ITEM 0001: Basic Period: Lease of 16 pax bus from
date of award or 01 AUG 1998, whichever is later, through 31 JUL 1999.
Rent shall accrue from the date the vehicle is delivered and accepted.
Quantity: 1 each. Unit Price: $__ ___ per month. Extended Amount: $__
___ for basic period. LINE ITEM 0002: Basic Period: Separately Priced
Option to Purchase 16 pax bus at the conclusion of time for Line Item
0001. Quantity: 1 each. Unit Price $__ ___. Extended Amount $__ ___.
LINE ITEM 0003: First Option Year: Separately Priced Option to lease 16
pax bus for the period 1 AUG 1999 through 31 JUL 2000. Quantity: 1
each. Unit Price $&llmdash;_ ___ per month. Extended Amount: $__ ___.
LINE ITEM 0004: Separately Priced Option to Purchase 16 pax bus at
conclusion of time for line item 0003. 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: Supreme Senator 16 pax bus manufactured
by Intermountain Coach, or equal; AC carrier rear air-conditioning
system 87000btu/hr rated; Evaporator Mounted rear heater 40,000BTU/hr
rated; commercial grade gray carpeting for the entire floor;
electrically operated double entry door 32 x 79.5 clearance and
opening; 36 x 36 solid pane tinted passenger windows; deluxe high back
perimeter passenger seats with upgraded fabric; deluxe driver seat
with recliner, lumbar and armrest; deluxe fabric on interior walls and
ceiling; USAFA paint scheme and graphics (to be provided by point of
contact identified below, upon request) ; emergency roof and vent
hatch. 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 pricing for each line item. 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 the Standard 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 with each line item. 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, 52.208-7,
Tagging 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 or option year, whichever is current time
frame; (c) shall not exceed 2 years; 52.232-18; and 52.232-19; beyond
31 JUL 1999 for both fill-ins; 52.225-10 Duty-Free Entry DFARS,
applies to this acquisition with completion of paragraph, that offeror
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 line item 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. (0131) Loren Data Corp. http://www.ld.com (SYN# 0097 19980513\W-0003.SOL)
W - Lease or Rental of Equipment Index Page
|
|