Yard Trucks Lease

expired opportunity(Expired)
From: Federal Government(Federal)
FA4418-18-Q-0050

Basic Details

started - 03 Aug, 2018 (about 5 years ago)

Start Date

03 Aug, 2018 (about 5 years ago)
due - 20 Aug, 2018 (about 5 years ago)

Due Date

20 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA4418-18-Q-0050

Identifier

FA4418-18-Q-0050
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 Combined Synopsis/ Solicitation for Commercial Items  (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation.  Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-18-Q-0050 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and shall be used to submit pricing. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, Dated 20 July 2018. (iv) This acquisition is unrestricted. The associated NAICS code is 532120 with a size standard of $38.5M. (v) Contractors shall submit a quote for the lease of 12, new or with less than 200 hours of usage, Ottawa 4x2 DOT/EPA yard trucks
(or equal), in accorance with the attached statement of work, utilizing the attached RFQ worksheet.  If quoting "or equal" trucks, the contractor shall also submit the specifications for each part sufficient for evaluation.  After award, these documents will become part of the contract.  All responsible sources may submit a quote, which shall be considered.  A firm fixed price contract is contemplated. (vi) Contractor will deliver the terminal tractors to Joint Base Charleston, South Carolina. (vii) The Period of Performance is for a base period of twelve (12) months and four - 12 month option periods. Delivery shall be FOB destination. Base Period - 1 Oct 2018 - 30 Sep 20191st Option - 1 Oct 2019 - 30 Sep 20202nd Option - 1 Oct 2020 - 30 Sep 20213rd Option - 1 Oct 2021 - 30 Sep 20224th Option - 1 Oct 2022 - 30 Sep 2023 (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)  FAR 52.207-5 Option to Purchase Equipment (Feb 1995)(a) The Government may purchase the equipment provided on a lease or rental basis under this contract. The Contracting Officer may exercise this option only by providing a unilateral modification to the Contractor. The effective date of the purchase will be specified in the unilateral modification and may be any time during the period of the contract, including any extensions thereto.(b) Except for final payment and transfer of title to the Government, the lease or rental portion of the contract becomes complete and lease or rental charges shall be discontinued on the day immediately preceding the effective date of purchase specified in the unilateral modification required in paragraph (a) of this clause.(c) The purchase conversion cost of the equipment shall be computed as of the effective date specified in the unilateral modification required in paragraph (a) of this clause, on the basis of the purchase price set forth in the contract, minus the total purchase option credits accumulated during the period of lease or rental, calculated by the formula contained elsewhere in this contract.(d) The accumulated purchase option credits available to determine the purchase conversion cost will also include any credits accrued during a period of lease or rental of the equipment under any previous Government contract if the equipment has been on continuous lease or rental. The movement of equipment from one site to another site shall be "continuous rental."(End of Clause)  FAR 52.212-1, Instructions to Offerors - Commercial. Contractors shall submit a quote for the lease of 12, new or with less than 500 hours of usage, Ottawa 4x2 DOT/EPA yard trucks (or equal), in accorance with the attached statement of work, utilizing the attached RFQ worksheet.  If quoting "or equal" trucks, the contractor shall also submit the specifications for each part sufficient for evaluation. IAW FAR 52.207-5, Provide a price for the purchase of each yard truck at the end of each Option period. (End of Clause) FAR 52.212-2, Evaluation - Commercial Items Evaluation.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: •1.      Price•-          Lease of equipment•-          Maintenance of equipment•-          Option to Purchase equipment 2. Technical capability of the item offered to meet the Government requirement.  The Government will evaluate the total price of the offer for award purposes. The Government will award to the lowest priced technically acceptable offer. The trucks must be:•-          Ottawa T2 4x2 DOT/EPA with certified standard specifications per the manufacturer (Or Equal).•-          Minimum 200hp/520 lbs torque diesel engine•-          Automatic transmission•-          Minimum 12,000 lb rated front axle•-          Minimum 30,000 lb rated rear axle•-          Automatic slack adjusters front/rear•-          Minimum 11R22.5 Radial Highway tires•-          Spark arresting muffler (End of Clause) (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required toImplement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition.    (xiii)  The following clauses are applicable to this procurement:•·         FAR 52.204-7, System for Award Management•·         FAR 52.207-5, Option to Purchase Equipment•·         FAR 52.208-4, Vehicle Lease Payments.•·         FAR 52.208-5, Condition of Leased Vehicles.•·         FAR 52.208-6, Marking of Leased Vehicles.•·         FAR 52.208-7, Tagging of Leased Vehicles.•·         FAR 52.211-6, Brand Name or Equal•·         FAR 52.211-17, Delivery of Excess Quantities•·         FAR 52.217-5, Evaluation of Options•·         FAR 52.217-7, Option for Increased Quantity -- Separately Priced Line Item.•·         FAR 52.217-9, Option to Extend the Term of the Contract.(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months (End of clause) •·         FAR 52.219-14, Limitations on Subcontracting•·         FAR 52.219-28, Post Award Small Business Representation•·         FAR 52.222-21, Prohibition Of Segregated Facilities•·         FAR 52.222-26, Equal Opportunity•·         FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era•·         FAR 52.222-36, Affirmative Action for Workers With Disabilities•·         FAR 52.222-37, Employment Reports On Veterans•·         FAR 52.222-41, Service Contract Act of 1965, WD 2005-2473 Rev.  19•·         FAR 52.222-42, Statement of Equivalent Rates for Federal Hires.In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to theprovisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY:  IT IS NOT A WAGE DETERMINATIONEmployee Class           Monetary Wage-Fringe Benefits 05070  AUTOMOTIVE WORKER  WG-8 $20.14 Per Hour + 36.25% est for fringe benefits (End of clause) •·         FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price•·         FAR 52.222-50, Combating Trafficking in Persons.•·         FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.•·         FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.•·         FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.•·         FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.•·         FAR 52.225-13, Restrictions on Certain Foreign Purchases•·         FAR 52.228-5, Insurance-Work on a Government Installation•·         FAR 52.232-18, Availability of Funds.  Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.•·         FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration•·         FAR 52.253-1, Computer Generated Forms•·         DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials•·         DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information•·         DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414).•·         DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate•·         DFARS 252-225-7001, BAA - Balance of Payments Program•·         DFARS 252.225-7002, Qualifying Country Sources as Subcontractors•·         DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports   (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)•·         DFARS 252.246-7000, Material Inspection And Receiving Report  •·         DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations. •·         AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016) •·         (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison,  AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Susan.Madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.•·         (d) The ombudsman has no authority to render a decision that binds the agency. •·         (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. •·         AFFARS 5352.223-9001, Health and Safety on Government Installations•·         AFFARS 5352.242-9000, Contractor Access to Air Force Installations   (xiv)  Defense Priorities and Allocations System (DPAS):  N/A(xv) Response to this combined synopsis/solicitation must be received via email, by 20 August 2018 no later than 2:00 PM Eastern Standard Time.  Requests should be marked with solicitation number FA4418-18-Q-0050. (xvi) Address questions to Aubreigh Sumner, Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email aubreigh.sumner@us.af.mil or melissa.adams.21@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org  (see Contract Opportunities at the right side-bar.  Direct link: http://airforcesmallbiz.org/opportunities/index.phpAlso see http://www.sba.gov  Attachments:•1)      Request for Quote•2)      Performance Work StatementContact Information: Aubreigh B. Sumner, Contract Specialist, Phone 8439635162, Email aubreigh.sumner@us.af.mil Office Address :101 E. Hill BlvdBldg 503 Charleston AFB SC 29404-5021 Location: 628th CONS Set Aside: N/A

Navy Munitions Command Atlantic Unit2316 Redbank Road, Ste 100Goose Creek, SCLocation

Address: Navy Munitions Command Atlantic Unit2316 Redbank Road, Ste 100Goose Creek, SC

Country : United States

You may also like

Aviation Fuel Truck Lease Program

Due: 02 Feb, 2026 (in 21 months)Agency: Fauquier County

Storage of Trucks [Lease / RP23-07]

Due: 26 Apr, 2044 (in about 20 years)Agency: Harbor (Port of LA, POLA)

Classification

NAISC: 532120 GSA CLASS CODE: W