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