Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2005 FBO #1285
SOURCES SOUGHT

23 -- Ground Vehicle Preventive Maintenance Services

Notice Date
6/1/2005
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-R1005FVPMCS
 
Description
CBP REQUEST FOR INFORMATION FLEET VEHICLE PREVENTIVE MAINTENANCE INITIATIVE THIS IS A REQUEST FOR INFORMATION (RFI) AND NOT A REQUEST FOR PROPOSAL (RFP). The Bureau of Customs and Border Protection (CBP) the Department of Homeland Security (DHS) is seeking industry interest and information on a requirement for fleet vehicle preventive maintenance support. CBP seeks to acquire information in order to identify the feasibility of a vendor or vendors assuming full responsibility for managing, operating and supporting a total preventive maintenance program. Service provider will perform these functions either on site or at the vendor?s location. This request for information pertains to all of CBP fleet garages and assigned vehicles. Currently there are twenty-two (22) locations through out the country. Options for this program will be at either a national level or regional level defined as the Southeast, Southwest, Northwest and the Northeast (which includes the Mid-Atlantic portion of the country). The Government seeks approaches to establish and maintain such a maintenance program. In keeping with this goal, the Government seeks industry input to: discover sources to perform these services for our fleet management program discover and implement best practices for provision of these services As part of the ongoing effort to increase the financial efficiency of ?Customs and Border Protection?, by reducing the burden place on the Border Patrol garages of performing Preventive Maintenance: Schedule A Schedule B Schedule C Service Provided: Provide a price list based on all three Preventive Maintenance Schedules (A<B<C) as stated in individual vehicle maintenance manuals or provide prices as individual Schedules. Do not to provide prices for individual types of vehicles. Each vendor is responsible for providing all materials needed for the maintenance and if the work is performed on-site, the vendor(s) is responsible for the removal of all materials. Tools: Provide information on the development of a program to manage the availability of highly specialized tools required due to the unique characteristics of selected vehicles, such as the Hummer. The vendor may require direct access to Border Patrol garages to use these tools. In this event, the vendor(s) assumes the responsibility of repairing any equipment damaged in the process. The vendor(s)must obtain any additional insurance for their employees who may perform any work/activity that could result in injury or loss of life. Include this information in the response. Pricing: Please provide pricing data for information and planning purposes only. It is understood that due to the unique feature of selected vehicles that pricing is subject to any specialized equipment that is not standard for that vehicle. The vendors(s) can provide pricing as: Hourly rate plus parts A Flat rate plus parts A Package> Labor and Parts combined ABC (activity based cost) method Pricing based on volume of vehicles Scheduling: Provide information on development and management coordination of all scheduling needs of the vehicles included in this program. Include procedures for the resolution and scheduling remedies for special adjustments to the schedule that may occur due to emergencies. Data Warehousing/Management: Provide information for a system of advance notification of the scheduled due date. This notification can be in the form of e-mail, or a hard copy document. Also include a plan and/or system to warehouse any data /records for all vehicles serviced by the vendor. This data must comply with documentation requirements required by all and any federal, state and local agencies. Data plans will include information security provisions to ensure that the provision of information to any agency or individual must have the written consent of CBP FMB. Provide details on the vendor plan to maintain an accurate inventory of all parts provided to CBP FMB as requested of the vendor. Material: Provide the information required to ensure that all materials provided meet or exceed the manufactures recommendations. Also provide a plan for Hazardous Waste or Hazardous Materials (HAZMAT) temporary storage and/or disposal using the proper procedures indicated by all Federal, State or local agencies or best practices. This plan must include the maintenance of current Material Safety Data Sheets for materials classified as HAZMAT as required by law. There is no bid package or solicitation document associated with this announcement. This Request For Information is for information and planning purposes only and does not constitute a commitment, implied or otherwise, that the Government will issue a procurement action. No entitlement to payment of direct or indirect costs or charges by the Government will arise as the result of the submission of contractor?s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. The Government will safeguard proprietary information in accordance with applicable Government regulations. Sources responding to this RFI should provide four copies of their information and estimated cost data to the Contract Specialist at Customs and Border Protection, Attn: Bobby Crockett, 1300 Pennsylvania Avenue, NW, Suite 1310 NP, Washington, DC 20229. Alternatively, submissions via e-mail to the Contract Specialist at bobby.crockett@dhs.gov are acceptable. The estimated cost data are for budgetary/planning purposes only. Firms should also include their business size, Dun & Bradstreet number and GSA Schedule should they possess one. For those small businesses interested in responding to this RFI and who have questions concerning how to conduct business with the Government, please contact Mr. William Bickelman, (202) 344-1168. For other questions or clarifications, contact the Contract Specialist at (202) 344-2591 All submissions will adhere to the following deadlines: Hard copies: 4:00p.m. E.D.T., July 1, 2005 Electronic mail: 4:00 p.m. E.D.T., June 30, 2005
 
Record
SN00818867-W 20050603/050601211520 (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.