COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17, 2001 PSA #2917
SOLICITATIONS
W -- RENTAL OF MOBILE OFFICE TRAILERS
- Notice Date
- August 15, 2001
- Contracting Office
- Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-01-T-B326
- Response Due
- August 23, 2001
- Point of Contact
- Karen F. Johnston, Contracting Officer, 808-473-7516
- E-Mail Address
- Contracting Officer (karen_f_johnston@pearl.fisc.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, 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 provisions and clauses in the RFQ are those in effect through FAC 97-27 and DFAR DCN 20001213. The Regional Contracting Department, Fleet & Industrial Supply Center, Pearl Harbor, Hawaii intends to negotiate a Firm-Fixed Price, Sole-Source contract with Hawaii Modular Space for the lease of 11 office trailers. Trailers shall support the personnel of the Navy Shipyard at Pearl Harbor, HI for a period of 12 months, 01 October 2001 through 30 September 2002. Trailers are currently installed and rented from this firm and it is not economically feasible, in terms of breakdown and reinstallation costs and loss of Government personnel for the transition from one contractor to another. The solicitation number is N00604-01- T-B326. The trailers required include: 5 each, sized 10x32; 2 each, sized 10x42; 2 each, sized 10x52; 1 each, sized 12x44; and 1 each, sized 12x56. The NAICS code is 53212 and the small business size standard for this procurement is $18.5 million. All contractors must be registered in the Central Contracting Registration (CCR) database to be eligible for a Department of Defense contract award. Information concerning the CCR may be attained at www.ccr2000.com. Offerers are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, for their quotation. This will be made available from the Government point of contact listed below. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Quotes shall be made for each CLIN, on a FOB Destination basis, and include an option to purchase the trailers at the expiration of the lease agreement. Offerer shall provide detailed terms and conditions of this purchase option, including the method of determining trailer purchase prices. Inspection and acceptance shall be made at destination by the receiving activity. In the event either the unit price or the extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award determination purposes. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors -- Commercial Items (addendum to paragraph (h): a single award will be made); FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price; award will be made to the low cost, technically acceptable responsible offeror; FAR 52.212-4 Contract Terms and Conditions -- Commercial items; and the offeror shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items and in DFAR 252.212-7000 -- Offeror Representations and Certifications-Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19-Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.222-21 -- Prohibition of Segregated Facilities, FAR 52.222-26 -- Equal Opportunity (E.O. 11246), FAR 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 -- Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-13 -- Restriction on Certain Foreign Purchases, FAR 52.225-15-Sanctioned European Union Country End Products, and FAR 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). Other applicable clauses include 52.215-5 Facsimile Proposals; DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following clauses applies, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.204-7001 -- Commercial And Government Entity (CAGE) Code Reporting, These clauses may be obtained via the Internet at http://www.arnet.gov/far or http://farsite.hill.af.mil. Quotes must be received no later than 23 August, 2001, 3:30 p.m., HST. Quotes may be mailed, faxed, or emailed to the following: Regional Contracting Department, Fleet and Industrial Supply Center, Code 201A.KJ, Attn: Karen Johnston, 1942 Gaffney St., Suite 100, Pearl Harbor, HI 96860-4549; facsimile number is (808) 473-5750; email address: karen_f_johnston@pearl.fisc.navy.mil. See Note (22)
- Record
- Loren Data Corp. 20010817/WSOL001.HTM (W-227 SN50V0J6)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on August 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|