Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOLICITATION NOTICE

V -- Van Rental at Fort Hunter Ligget, CA

Notice Date
1/22/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-04-T-0009
 
Response Due
2/5/2004
 
Archive Date
4/5/2004
 
Point of Contact
Karen Johnson, 608-388-2506
 
E-Mail Address
Email your questions to ACA, Fort McCoy
(karen.johnson@emh2.mccoy.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/soliciation for rental of 15 passenger vans to be provided to Fort Hunter Liggett, CA in accordance with the performance work statement and other terms and con ditions contained herein. The resultant contract action will be a Blanket Purchase Agreement (BPA) which shall be effective for the period 1 April 2004 through 30 September 2005 for rental of 15 passenger vans. The estimated usage quantity is provided belo w. Vendors are encouraged to provide additional information regarding delivery time and availability of rental 15 passenger vans. The NAICS Code and the small business size standards for this service are 532112 and 21.5 million. Payment will be made by Go vernment Commercial Credit Card (Visa). Contractor will be responsible for all transaction costs associated with payment by credit card. Line Item 0001, ESTIMATED QUANTITY 8 each, 15 PASSENGER VAN RENTAL, MONTHLY RATE. The Government is not obligated to o rder the quantities shown. The Government is also not obligated to order during the time frames shown. The Government is obligated to pay for the actual amounts ordered/received for the actual rental period. PERFORMANCE WORK STATEMENT VEHICLE LEASE, SECT ION 1, GENERAL, 1.1 SCOPE OF WORK. Fort Hunter Liggett, CA requires to lease vehicles. Mileage per month will be unlimited. The vehicles will be used to transport personnel to and from area airports and to/from various sites throughout CA to receive and de liver equipment for training purposes. The contractor shall provide safe, operable vehicles and services in accordance with this contract. The contractor shall provide delivery and pick-up from Fort Hunter Liggett, CA at the onset and expiration of the ren tal period. 1.2 POINTS OF CONTACT. The contractor shall provide points of contact (POCs) within the company to interface with the contracting representative on issues concerning leased vehicles. The Contractor shall provide the names, business address, fun ction (e .g., contract manager, accounts receivable, etc.), phone numbers, normal hours of operations, and the method to contact to the contract manager outside normal business hours (24 hours a day). SECTION 2, DEFINITIONS, 2.1 TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. 2.1.1 Acceptance inspec tion. An inspection shall be performed on all vehicles and equipment before placing them in service. Discrepancies must be fixed before putting the vehicle in service, if use of the vehicle would aggravate the probl em or if the discrepancy creates a safet y hazard. 2.1.2 Accident repairs. Repairs required as a result of collision; regardless of whether the object collided with a vehicle, or whether the vehicle requiring repairs was the moving unit. 2.1.3 Criminal act. A violation of a civil law. 2.1.4 Disab led vehicle. A damaged, worn out, or malfunctioning vehicle. 2.1.5 Fair wear and tear. The deterioration of items attributed to normal usage. 2.1.6 Hostile act. An act of war. 2.1.7 Scheduled maintenance. Periodic prescribed inspections or servicing of equ ipment accomplished on a calendar, mileage, or hours-of-operation basis. 2.1.8 Unscheduled maintenance. Maintenance that is not scheduled but is required to correct deficiencies and to restore the vehicle or equipment to a serviceable condition. SECTION 3, GOVERNMENT FURNISHED ITEMS AND SERVICES, 3.1 GENERAL, 3.1.1 Operator care. The Government operator will be responsible for operator care (e.g., checking fluids, tire pressure, lights, etc.) If any discrepancies are found, the contractor is responsible for correcting problems. 3.1.2 Fuel. The Government is responsible for supplying the fuel used in the rental vehicle. SEC TION 4, CONTRACTOR FURNISHED ITEMS AND SERVICES, 4. 1 GENERAL. The contractor shall provide specified vehicles and all services required to keep the vehicles in a safe, operational condition. Vehicles will be delivered within the time frame ordered under t his agreement and must meet the minimum acceptance inspection criteria provided herein. Failure to pass acceptance inspection in the timeframe specified may result in a monetary penalty. 4.1.1 Insurance. The contractor will provide insurance IAW FAR 52.228 -8 Liability and Insurance Leased Motor Vehicles to cover the cost for replacement or repair of vehicles lost, stolen, or damaged through criminal acts, natural acts (commonly called acts of God), or hostile acts. 4.2 VEHICLES. The following minimum crite ria shall be met at the time of vehicle inspection: 4.2.1 Condition. Both the exterior and the interior of the vehicles must be free of excessive soil, rust, and damage. 4.2.2 Safety items. Each vehicle must comply with Federal Motor Vehicle Safety Standar ds (49 CFR 571), and State and local safety and environmental standards. 4.3 SERVICES. The contractor shall provide the following services: 4.3.1 Maintenance. The contractor shall perform both scheduled and unscheduled maintenance at a facility he/she desi gnates. The contractor will provide all parts, labor, and expertise necessary to complete required maintenance tasks. Tasks include oil changes, motor tune-ups, repair of flat tires, manufacturer recalls, and all other functions necessary to maintain vehic les in good operational condition. Parts include those items that must be replaced due to fair wear and tear such as windshield wipers, tires, headlamps, filters, fluids, and lubricants. The contractor is responsible for pick up of vehicles from Fort Hunte r Liggett for both scheduled and unscheduled maintenance, and return of vehicles to Fort Hunter Liggett upon completion. The cost of parts and labor for maintenance on damages resulting from operator negligence may be submitted through the Contracting Offi cer as a claim for consideration for payment. 4.3.2 Recovery. Upon proper notification, the contractor will recover disabled vehicles. The contractor shall respond to a trouble call within one hour of notification. If repairs cannot be made within 24 hours of notification, an equal replacement vehicle shall be provided to the Government at no additional cost. Telephone calls for repairs(s) or required maintenance shall be via a toll-free National Service line (1-800, 1-888, or 1-877) at the contractors expe nse or via contractors acceptance of collect calls 24 hours per day to ensure service at any time or place. 4.3.3 Replacements. Replacements shall be provided for all vehicles that are out of commission within twenty-four hours. If no replacement vehicle i s provided, the contractor shall be only paid for actual time of usage (see FAR 52.208-4 Vehicle Lease Payments). MARKET REVIEW: In accordance with FAR 13.303-6(b)(2) the Contract Administrator shall maintain awareness of changes in market conditions, sour ces of supply, and other pertinent factors that may warrant making new arrangements with different suppliers or modifying existing arrangements. FAR 13.303-6 allows the contractor to request price adjustments based on changes in market conditions or other warranted factors, and shall be negotiated with the contracting office. Such a price change shall be with the mutual agreement of both parties. If a price adjustment is warranted, the contracting office will issue a modification to the agreement. EXTENT OF OBLIGATIONS: The Government is obligated only to the extent of authorized purchases actually made against this blanket purchase agreement. DELIVERY TICKETS: All deliveries under this agreement shall be accompanied by delivery tickets or sales slips which will contain the following minimum information : a. Name of contractor b. Blanket Purchase Agreement number c. Date of purchase d. Purchase number e. Itemized l ist of supplies (vehicles) furnished and applicable rental period f. Quantity, unit price and extension of each item less applicabl e discount g. Date of delivery. Payment will be made by Government Commercial Credit Card (Visa) in accordance with Clause 5 2.000-4057. Contractor will be responsible for all transaction costs associated with payment by credit card. The issuance of individual requests against this blanket purchase agreement will be made under authority of FAR 13.303. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. FAR and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 52.212-1 Instructions To Off erors -- Commercial Items (Oct 2003). 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998). 52.212-4 Contract Terms And Conditions -- Commercial Items (Feb 2002). 52.212-3 Offeror Representations And Certifications Commercial Items (Jun 20 03) With Alt I (Apr 2002). 52.208-4 Vehicle Lease Payments (Apr 1984). 52.208-5 Condition Of Leased Vehicles (Apr 1984). 52.208-6 Marking Of Leased Vehicles (Apr 1984). 52.208-7 Tagging Of Leased Vehicles (May 1986). 52.212-5 Contract Terms And Conditions Required To Implement S tatutes Or Executive Orders -- Commercial Items (Oct 2003) and the additional FAR clauses that are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 1124 6) ; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special D isabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-36, Payment by Third Party (31 U.S.C. 3332). 52.228 -8 Liability And Insurance-Leased Motor Vehicles (May 1999). 52.252-2 Clauses Incorporated By Reference (Feb 1998). 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commerci al Items (Mar 2003) and includes the folowing DFARS clauses by reference: 252.247-7023 -Transportation of Supplies by Sea (Alternate III) (MAY 2002); 252.247-7024-Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). The following LOCAL CLAUSES are incorporated into this solicitation: 52.000-4055,Year 2000 Compliance; 52.000-4057 Payment By Government Commercial Credit Card. TO BE IN COMPLIANCE, interested contractors must contact the contract specialist below to request a copy of t he local clauses in full text. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, e tc.) as this announcement constitues the only solicitation; proposals are bei ng requested and a written solicitation will not be issued. The proposal MUST INCLUDE THE FOLLOWING INFORMATION: solicitation number (W911SA-04-T-0009), offerors complete mailing and remittance address, discount terms, unit prices, offerors DUNS #, Cage code, and completed 52.212-3. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 on Feb 05, 2004. POC for additional information: Contract Specialist, Karen Johnson, 608-388-2506, fax 602-388-7080, email: karen.johnson@emh2.mccoy. army.mil. .
 
Place of Performance
Address: 104th Division (IT) Supply & Service Bldg S-237 Fort Hunter Liggett CA
Zip Code: 93928-7042
Country: US
 
Record
SN00508089-W 20040124/040122212324 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.