Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1999 PSA#2487

Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665

W -- LEASE OF 2 SURREY BUSES SOL F44600-00-Q0099 DUE 121599 POC Patricia Ward, Purchasing Agent, Phone (757)764-4766, Fax (757)764-7447, Email patricia.ward@langley.af.mil -- Michael Costlow, Contracting Officer, Phone 757-764-7460, Fax 757-764-7447, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F44600-00-Q00 99&LocID=203. E-MAIL: Patricia Ward, patricia.ward@langley.af.mil. LEASE OF TWO 1999 SURREY BUSES FOR LANGLEY AFB, VA TO TRANSPORT DISTINGUISHED VISITORS. Description (i) This combined synopsis/ solicitation for commercial items prepared in accordance with the format in FARSub Part 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation F44600-00-Q0099 is issued as a Request for Quote. Written documentation will not be issued for this quote. (iii) The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-14. (iv) This acquisition will be unrestricted. The Standard Industrial Classification Code is 7513 with a size standard, averaged over a three year period of $18,000,000. (v) 1st Transportation Squadron has a requirement for surrey buses. Buses will shuttle distinguished visitors, high-ranking government officials and foreign heads of state, to and from various locations on Langley AFB and surrounding communities. These buses will be visible to the local media and general public and must project the United States Air Force in the best possible image. VEHICLE SPECIFICATIONS for Surrey Bus: The contractor shall provide two leased 1999 El Dorado National Areotech Super Duty Diesel Powered Commercial Shuttle Buses, Model 240A or equal. a. 7.3L diesel engine to include automatic fast idle and 2 each 110 amp alternators, b. Automatic transmission, c. Transmission cooler, d. Power steering, e. Power assisted hydraulic brakes, f. Stainless steel inserts and radial tires, g. 55 Gallon or larger fuel tank, h. Air Conditioner, i. Mud flaps, front and rear, j. Radio AM/FM cassette/PA system with six speakers, k. Back up alarm, l. Commercial grade carpet, wall-to-wall, (color will be determined at time of award), m. Padded Stanchion and guard rail, n. Padded modesty panel, driver, o. Padded modesty panel, entrance door, p. Rail entrance assist mounted on engine cover, q. Perimeter passenger seating with mid-high back cloth seats to include kick boards (level 5 cloth), color will be chosen at time of contract award. Folding armrest installed at rearward seat positions of aisle facing seats, r. Rear heater, 55,000 BTU minimum, s. Secondary rear air conditioning free blow system, minimum of 75,000 BTUs, t. Black out window tint external body, u. Electric outward opening door installed in the body behind the co-pilot seat, v. Top T-slider windows Paint scheme white with two tone dark blue stripes and lettering, x. Complete interior lighting to include passenger-reading lamps TRANSPEC triple value vent/escape hatch, y. Install rearward facing flip seat in co-pilot position, z. Luggage rack, floor mounted approximately 48_ long, seat height, aa. Remote heated mirrors, Driver seat to match passenger seats, bb. Additional dome light in driver location, cc. Fabric on Interior walls and ceiling, color (to be determined at time of award), dd. Fire extinguisher and first aid kit, triangle, and body fluid kit. 1.1. Paint Scheme: Paint scheme shall be Dupont Paint _ colors: Blue #G9369, Base is white #817 with a black stripe #99. Letters shall be bold with Times New Roman font. Capital letters are to be 2_ and small letters are to be 1 12_. All letters are to be done in black #99. Line one to read _Air Combat Command_ and second line will read, _ 1st Fighter Wing_. 1.2. Offerors shall provide detailed descriptive literature of the buses being offered demonstrating capabilities of meeting requirements in accordance with the above requirements. The literature shall include but not be limited to the bus specification, carpet samples/chart of bus, and fabric pattern samples for interior walls and ceilings, seats and floor. (vi) The following requirements are applicable: The contractor shall provide all personnel, equipment, materials, tools supervision, and other items and services necessary to provide 2 each shuttle buses. (vii) Required Delivery Date: 1 February, 2000 to the 1st Transportation Squadron/LGTO, 47 Elm Street, Langley AFB, VA. Period of Performance will be 1 February 2000 through 30 September 2000, with three one-year option periods. After third option year Government has the option to buy. (viii) The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items is hereby incorporated by reference. The government will award a purchase order resulting from this solicitation to the responsible contractor with the offer most advantageous to the government. The offers will be evaluated on price, descriptive literature and delivery date. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification- Commercial Items, with his/her offer. Web site for Representations and Certifications: http://farsite.hill.af.mil (see FAR subpart 52.212) (xi) Clause 52.212-4, Contract Terms and Conditions- Commercial Items,is hereby incorporated by reference and addenda to clause 52.212-4 are as follows: (1) FAR 52.252-2 Clauses Incorporated by Reference, (Jun 1988) 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, (2) Required Central Contractor Registration, DFAR 252.204-7004 (Mar 1998), (3) Payment by Electronic Funds Transfer (CCR) DFAR 252.232-7009 (Jun 1998), (4) Option to Purchase Equipment, FAR 52.207-5 (FEB 1995), (5) Vehicle Lease Payments, FAR 52.208-7 (Apr 1984). (6) Marking of leased Vehicles, FAR 52.208-6 (Apr 1984), (7) Tagging of Lease Vehicles, FAR 52.208-7 (May 1986), (8) Liability and Insurance-Leased Motor Vehicles, FAR 52.228-8 (Jan 1997), (9) Option to Extend Services, FAR 52.217-8 (Aug 1989). For the purpose of this clause the blank is completed as follows: Within 15 days of expiration of contract, (10) Option to Extend the Term of the Contract, FAR 52.217-9 (Mar 1989) For the purpose of this clause the blanks are completed as follows: (a) Within 15 days (c) Not to exceed 44 months, (11) Availability of Funds FAR 52.232-18, (12) FAR 39.106 Year 2000 compliance (Dec 1999). (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, is hereby incorporated by reference. (xiii) N/A (xiv) N/A (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCV at 764-7447, or mailed to 1 CONS/LGCV, 74 Nealy Ave., Langley AFB. All offers are due by 10:00 A.M. EST., 15 Dec 1999. (xvii) For further information regarding this solicitation, contact Patricia Ward @ phone: (757) 764-4766, e-mail: wardp@langley.af.mil. Contracting Officer TSgt Michael J. Costlow @ phone: (757) 764-7460. Posted 11/30/99 (D-SN404471). (0334)

Loren Data Corp. http://www.ld.com (SYN# 0073 19991202\W-0002.SOL)


W - Lease or Rental of Equipment Index Page