SOLICITATION NOTICE
W -- RENTAL OF VEHICLES (UNOPERATED) FOR THE BOISE, PAYETTE, SAWTOOTH, HUMBOLDT-TOIYABE NATIONAL FORESTS AND BOISE RESEARCH STATION
- Notice Date
- 3/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709
- ZIP Code
- 83709
- Solicitation Number
- RFQ-2QR4-021-02
- Response Due
- 3/18/2002
- Archive Date
- 4/2/2002
- Point of Contact
- Karen Morthland, Contracting Officer, Phone 208-373-4150, Fax 208-373-4197, - Diana Early, Procurement Assistant, Phone (208)373-4150, Fax (208)373-4197,
- E-Mail Address
-
kmorthland@fs.fed.us, dearly@fs.fed.us
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will NOT be issued. This is a request for quotations #2QR4-021-02. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-04. NAICS: 532120. Size Standard: $18.5 Million. PART 1 - SCHEDULE, SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS. RENTAL OF VEHICLES (UNOPERATED) FOR THE BOISE, PAYETTE, SAWTOOTH, HUMBOLDT-TOIYABE AND BOISE RESEARCH STATION. The following items are Indefinite Quantities. These items are listed to establish competitive unit prices. ITEM 1 - FULL SIZE 1/2 TON, 4X4, EXTENDED CAB (LONG OR SHORT BED), Price per Month: 3 MO: $_______; 4 MO: $_______; 5 MO: $________; 6 MO: $________; 7 MO: $_______; ITEM 2 - FULL SIZE 3/4 TON, 4X4, EXTENDED CAB (LONG OR SHORT BED), Price per Month: 3 MO: $_______; 4 MO: $_______; 5 MO: $________; 6 MO: $_______; 7 MO: $_______; ITEM 3 - UTILITY VEHICLE, 4X4, MANUAL OR AUTO TRANS., (Explorer, Cherokee, S1 0 Blazer Types), Price per Month: 3 MO: $_______; 4 MO: $_______; 5 MO: $________; 6 MO: $________; 7 MO: $_______. The Forest Service anticipates the following minimum number of vehicles to be ordered from each bid item: Item 1 - 33; Item 2 - 2; Item 3 - 11. Ordering vehicles is based on price and budget. There is no guarantee that the numbers shown will be actually ordered. Multiple awards shall be made from this solicitation. Delivery orders for vehicles will be made to the lowest offeror for each type of vehicle by length of time desired. If the low offeror is unable to provide a vehicle, the order will then be directed to the second low by type and length of time. GENERAL SPECIFICATIONS - A. Scope of Contract: This contract is for vehicle rental, without operator, in compliance with contract specifications, terms, and provisions stated herein. It is anticipated that there will be wear on paint and outer surfaces of vehicles. There may also be chips from flying rocks and scratches from brush along roadways. This will be considered "normal wear and tear" and no claims for damage will be submitted for these occurrences. B. Location and Description: The vehicles will be used to transport personnel, tools, equipment, and materials. They will be operated on roads ranging from paved highways to narrow unimproved roads. These vehicles will be used extensively on gravel, dirt, and undeveloped roads having substantial amounts of rock, brush, and other debris. Locations: The vehicles will be used by the Boise, Payette, Sawtooth, and Humboldt-Toiyabe National Forests and the Boise Research Station. The point of hire and release is shown in the TECHNICAL SPECIFICATIONS: A. Vehicle Specifications: All vehicles must comply with applicable Idaho State laws. All vehicles offered shall be no older than 3 model years including the current model year. Each vehicle shall have no more than 30,000 miles at the time of delivery. The Contractor shall furnish vehicles as specified in the Schedule. B. Each vehicle shall meet the following minimum general requirements: 1. Tools: Appropriate lug wrench and jack with handle. 2. Seatbelt for each passenger measured by manufacturer's standard line seating capacity. 3. Two electric windshield wipers and windshield washers. 4. Two low-profile exterior and one interior rear view mirrors. 5. Air conditioning. 6. Preuse service and inspection (new vehicles), and complete service (other vehicles) prior to delivery to the point of hire. 7. Proper and complete warranty and service documents shall accompany vehicles which are under warranty. 8. Hub caps shall not be furnished. 9. Two complete key sets. 10. Tires. All tires shall be of the manufacturer's specified rated load capacity for each vehicles. All tires shall have at least 90 percent useful tread life remaining at the time of delivery. All tires, including spare, on 4x4 vehicles, shall have traction tread. 11. Spare tire, with wheel attached to vehicle, with factory mounted bracket. 12. Cooling systems shall be protected with anti-freeze to a minimum temperature of 0 degrees Fahrenheit. 13. Vehicles shall consist of domestic models. 14. May be either manual or automatic transmission, but will have power steering and brakes. 15. Diesel engines will not be accepted. 16. Full tanks (including auxiliary) will be supplied at point of hire. The Government will supply full tanks (including auxiliary) at point of release. C. Additional Requirements: 1. The Government may drill four holes approximately 3/8" in the top of cargo bedside. Two holes will be placed on either side to secure a toolbox. The Government will not be responsible for the cost of repairing these holes. OPERATING SUPPLIES, MAINTENANCE AND REPAIRS: A. The Government shall furnish operating supplies and routine maintenance necessary to operate each vehicle for the purpose for which rented. Tires, tubes and batteries requiring replacement, through normal use of the vehicle, shall be furnished by the Contractor at no cost to the Government. If a vehicle is unavailable for use due to necessary replacement of those items, rent will not accrue for that day(s). B. All repairs, excluding damages covered under FAR 52.228-8, shall be the responsibility of the Contractor. Should the need for repairs develop, the Government will notify the Contractor and the Contractor shall: 1) have the vehicle repaired at his expense, 2) authorize the Government to make the repairs locally, the cost of which will be deducted from the Contractor's payment, or 3) provide a replacement vehicle. Such repair or replacement shall be accomplished within three (3) calendar days following notification. Beginning with the calendar day following notification, the Government will make no payment until the vehicle is returned to service. C. The Government may make necessary emergency repairs of less than $100.00 and deduct the cost from the Contractor's payment. If repairs are covered by a new car warranty, the Government will, if reasonably possible, have work done at a facility authorized to do warranty work. D. Towing charges are the responsibility of the Contractor unless cause of towing is due to negligent acts of the Government employees or agents. E. If the vehicle is damaged during the rental period, a Forest Service representative will obtain an estimate for necessary repairs. The estimate will be forwarded to the Contracting Officer (CO) and kept for comparison of Contractor's claim. Contractor is responsible for submitting at least an itemized, signed statement be a reliable, disinterested party, along with his own itemized, signed statement. If payment has been made, the itemized signed receipt(s) will be evidence of payment. If acceptable, the Government will pay the least of the three. REPLACEMENT EQUIPMENT: The replacement or substitution of equipment under this contract requires approval of the Contracting Officer (CO) in advance. A. When replacement or substitute equipment is required, the Contractor will deliver said equipment to the Point of Hire. B. Written notification must be received by the Contracting Officer one week in advance before rental equipment can be exchanged. 1. Inspection. The Contractor shall, jointly with the Government inspector, inspect the vehicle(s) at the time of delivery at the point of hire and again when released. Pre-use and release inspections must be documented and signed by the Government inspector and the Contractor. It is especially important that any damage for which compensation may later be claimed be thoroughly described on the release inspection and supported by photographic or other evidence (such as accident reports or witness statements). Unless mutually agreed to, additions or modifications to the release inspections will not be allowed after the Government and Contractor representatives have signed the inspection form. 2. Acceptance for Use. Any vehicle which is determined to be in poor condition or improperly equipped will be rejected. No rental will accrue on rejected vehicles. The Contractor shall either correct the deficiencies or provide a vehicle that meets specifications within four (4) calendar days after notification by the Contracting Officer of specific deficiencies. 3. Operation of Vehicles. Government license plates will be installed on each vehicle. The operation of the vehicle, throughout the contract period, will be subject to the same rules and regulations as are applicable to the operation of like Governmentowned vehicles. DELIVERY AND RETURN OF VEHICLES (POINT OF HIRE AND RELEASE): The Contracting Officer will place delivery orders for type and number of vehicles needed. The Contractor shall be given notice at least 10 days prior to required delivery date. Delivery to point of hire shall be made between the hours of 8:00 a.m. and 3:00 p.m., local time, Monday through Friday, excluding holidays. If deliveries are to be made by "car carrier", Contractor shall provide necessary help to unload vehicles at the delivery points. Vehicles may be ordered for any of the following delivery points: BOISE NATIONAL FOREST, Boise N.F. Warehouse, 1918 Commerce Street, Boise, ID 83705, Contract: Henry Clark, 208-334-1599; Emmett R.D., 1805 Highway 16, Room 5, Emmett, ID 83617, Contact: Dana Hadley, 208-364-7029; PAYETTE NATIONAL FOREST, 100 South Mission (FS Warehouse Yard), McCall, ID 83638, Contact: Howard Kemp, 208-634-0753; SAWTOOTH NATIONAL FOREST, 2647 Kimberly Road East, Twin Falls, ID 83301, Contact: Jerry Gibbons, 208-737-3260; HUMBOLDT-TOIYABE NATIONAL FOREST, 1200 Franklin Way, Sparks, NV 89431, Contact: Pat Ward, 775-355-5374. Provided the Contractor is not notified at least 10 days prior to the release date given, the Contractor can expect that the vehicle will be ready for pick up the next working day following the end of the rental period. Pick up of vehicles will be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding Government holidays. All vehicles will be released at the same locations as were delivered. MEASUREMENT AND PAYMENT: Payment will be made for use of each vehicle on a monthly basis. Any use of vehicles outside of the standard month will be paid for at 1/30th of the monthly rate for each day of use. PERMITS AND RESPONSIBILITIES (FAR 52.236-7) (NOV 1991). The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. LOSS, DAMAGE OR DESTRUCTION: The Government will assume liability for the loss, damage or destruction of equipment furnished under this contract, provided that no reimbursement will be made for loss, damage or destruction when due to (1) ordinary wear or tear (including, but not limited to, minor rips or tears in the upholstery, brush scratches (defined as scratches that do not go through all paint coats down to the metal), wear of paint and minor dents from loading, unloading and shifting of cargo on tail gates, top rails, and inner and outer portions of the box if so equipped, and chips to paint and windshields from flying gravel and rocks from roadway and cracks or chips to windshields which are smaller than a quarter ($.25 coin)), (2) mechanical failure, or (3) the fault or negligence of the Contractor or his agents, or (4) design defects which allow or cause damage during normal operations. Parts that are replaced and paid for by the Government shall become the property of the Government and shall not be disposed of without approval of the Contracting Officer. Some of the parts in question, but not limited to, are box liners and rear bumpers. CONDITION OF LEASED VEHICLES: Each vehicle furnished under this contract shall be of good quality and in safe operating condition, and shall comply with the Federal Motor Vehicle Safety Standards (49 CFR 571) and State safety regulations applicable to the vehicle. The Government shall accept or reject the vehicles promptly after receipt. If the Contracting Officer determines that any vehicle furnished is not in compliance with this contract, the Contracting Officer shall promptly inform the Contractor in writing. If the Contractor fails to replace the vehicle or correct the defects as required by the Contracting Officer, the Government may (a) by contract or otherwise, correct the defect or arrange for the lease of a similar vehicle and shall charge or set off against the Contractor any excess costs occasioned thereby, or (b) terminate the contract under the Default Clause of this contract. TAGGING OF LEASED VEHICLES: While it is the intent that vehicles leased under this contract will operate on Federal tags, the Government reserves the right to utilize State tags if necessary to accomplish its mission. Should State tags be required, the Contractor shall furnish the Government documentation necessary to allow acquisition of such tags. Federal tags are the responsibility of the Government. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Item; 52.212-2, Evaluation-Commercial Item (paragraph (a) the evaluation criteria will be delivery date and price); 52.212-3, Offeror Representations and Certifications-Commercial Item; 52.212-4, Contract Terms and Conditions-Commercial Item; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item. NOTE: Offeror must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Item with their quote. This can be obtained at http://www.arnet.gov/far. Quotes shall include a total price for each month for each of the three items. Quotes are due by close of business 3/18/02 at the SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID 83709. FAX quotes will be accepted at 208- 373-4197. Contact Karen Morthland at 208-373-4150 for additional information.
- Place of Performance
- Address: BOISE NATIONAL FOREST, 1249 S. VINNELL WAY, BOISE, ID
- Zip Code: 83709
- Country: USA
- Zip Code: 83709
- Record
- SN00034489-W 20020303/020301213055 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |