SOURCES SOUGHT
W -- Fleet of lease Vehicles
- Notice Date
- 12/13/2007
- Notice Type
- Sources Sought
- NAICS
- 532112
— Passenger Car Leasing
- Contracting Office
- Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91ZTT-7274-0201
- Response Due
- 12/26/2007
- Archive Date
- 2/24/2008
- Point of Contact
- Lizy Rivera, 703 614-1157
- E-Mail Address
-
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(lizy.rivera@hqda.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT, THIS IS NOT A REQUEST FOR PROPOSAL. THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. ALL POTENTIAL VENDORS ARE REQUESTED TO SUBMIT THEIR CAPABILITY STATEMENT. The Contracting Center of Excellence (CCE), on behalf of the Motor Opera tions Division (MOD) is conducting a market survey in accordance with FAR Part 10.001 to determine the extent of participation and capability to provide Fleet of Lease Vehicle. GENERAL INFORMATION -1.1 Description of Services/Introduction: The cont ractor shall furnish a Fleet of lease vehicles to include maintenance service, repair parts and other services necessary to perform the requirement stated herein to perform as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. Background: Office of the Assistant Administrative of the Secretary of the Army (OAA), Executive Transportation. OAA, Motor Operations Division is located at 501 South 15TH Street, Arlington, Virginia and is a 24 hour, 7 days a week operation. Motor Operations Division provides motor vehicle support to the Senior Executive Staffs of the Secretary of Defense, Chairman of the Joint Chiefs of Staff, Under Secretaries of Army and Air Force, Vice Chiefs of Staff Army and Air Force, Assistant Secretaries, and other Principal Officials of Headquarters Department of Defense (DoD). Vehicles will be used by the government 24 hours per day, 7 days per week to provide transportation for the MOD. The government may increase the number/lev el of vehicles in order to support agency requirements. The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. The Government reserves the right to extend the term of this contract at the prices set forth in Section B in accordance with the terms and conditions contained in clause 52.217-9 entitled, Option to Extend the Term of the Contract. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means by which the contractor assures that the work com plies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. After acceptance of the quality control plan t he contractor shall receive the contracting officers acceptance in writing of any proposed change to the QC Program. The Quality Control Plan will be provided by the contractor 10 days after award for approval by the Contracting Officer. The government shall evaluate the contractors performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the p erformance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The contractor shall perform emergency services on all Federal Holidays (i.e. vehicle recovery and r eplacement). The contractor shall perform normal scheduled maintenance and repairs to vehicles between the hours of 7:30 am thru 4:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergenc ies, administrative closings, or similar Government directed facility closings. The Contractor shall maintain an adequate work force for the uninterrupted performance of all tasks defined within the performance work statement. The contractor shall provide a 1 800 number for emergency services that covers leased vehicles for towing, flat tires, etc. Contract type will be Firm fixed price. The Contrac tor shall issue the Government two sets of keys for each lease vehicle and keyless entry. The government shall return both sets of keys at the end of the contract. In the event keys are lost by the negligence of the government, the government shall assum e all responsibility for replacement cost. Pre Start of Work/Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any pre start of work/post award conference convened by the contracting activity or contract administra tion office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contract or's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action sha ll be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. The COR(S) monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technica l aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coord inate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially w ith regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. The contractor shall provide a project manager and assistant project manage r who shall be responsible for the performance of the work. The name and contact information of these personnel shall be designated in writing to the contracting officer and contracting officer representative (COR). The project manager or assistant proje ct manager shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager and/or assistant project manager shall be available via phone 24/7 should an emergency situation arise . Services: PREVENTATIVE MAINTENANCE The contractor shall provide proof of service for each leased vehicle furnished to the Government under this contract to include oil, lubrication, top off fluids, correct tire pressure, filters, tune-ups, air conditioning refrigerant as recommended by manufacture and antifreeze to insure against damage to vehicles caused by any extreme temperature fluctuation, prior to being delivered to the contracting officer's representative for inspection and acceptance. The contractor shall schedule maintenance of the vehicles as specified in the manufacture's car manual, or more frequently, if required. The contractor shall provide a maintenance/service schedule for all leased vehicles under CDRL . The Government r eserves the right to require service on any leased vehicle at any time. Contractor shall perform all service maintenance and repairs at the contractors facilities that is required to perform this requirement. The contractor shall provide enough oil and t wo oil filters for each vehicle type. In addition, the contractor shall provide 3 cases of oil quarterly that will be utilized by the Government to top off the vehicles. The government has the right to increase each line item by twenty-five per cent within ninety (90) days after receipt of a contract modification. a) Minor Repairs: When a vehicle furnished to the Government under this contract requ ires minor repairs( based on industry standards) while said vehicle is not located at the contractor's plant, the Contracting Officer's Representative will, as he deems necessary and appropriate, direct the Contractor to make such repairs. b) Major Repairs: Vehicles requiring major repairs, such as repairs of transmissions, differentials, and engines will be the responsibility of the contractor. The Contractor will be responsible for recovering the vehicle(s) requiring major repairs and returning s aid vehicle(s) to the control of the contracting officer's representative after repair of the vehicle(s). If it is determined that the repairs are necessitated by the actions or negligence of the contractor, its employees, servants, or agents, or by malf unction of the vehicle (s), or by fair wear and tear, the contractor will be responsible for transporting the vehicle(s) from the motor pool to the contractor's workshop. c) All repairs, both major and minor, resulting from the actions or negligence of the contractor, his agents, or servants; from the malfunction of vehicle (s) or their components are the pecuniary responsibility of the contractor. The Government reserves the right to require the replacement of any vehicle(s) which is disable due to the action or negligence of the contractor, or his employees, servants, or agents, or due to fair wear and tear or due to malfunction of the vehicle (s) or their components at no additional cost to the Government. d) Damages to Vehicle (s): Damaged vehicles will not be returned to the contractor until a complete investigation has been made by the appropriate DOD Officials and the second joint technical inspection has been made to determine liability and cost of repairs. Vehicles damaged as a result of an accident and the fault of the accident is not the Government's, the contractor will be responsible to repair said vehicles. The Government may retain the damaged vehicles for a period of (48) hour for investigation purposes without accrual of rent. When it has been determined that the Government is responsible for the cost of repairs and the required time to repair the vehicle (s) shall be computed in accordance with the Motor Vehicle Flat Rate and Parts Manual, as accepted and approved by both Gov ernment and industry. REGISTRATION, LICENSE AND STATE INSPECTION STICKER The contractor will ensure that selected vehicles identified as Executive Motor Pool vehicles, are validly registered with the District of Columbia, Department of Motor Vehi cle and shall have DC inspection stickers, and shall be renewed as required, other vehicles will be issued US Government license plates. Vehicles furnished shall meet all state and local laws for operation on public highways. The contractor shall maintai n and provide a Vehicle Registration and Inspection Log for all vehicles requiring registration/inspection renewal thirty (30) working days prior to expiration. The following vehicles shall have District of Columbia plates. 10 Mid-Size Sedans 20 Mini-Vans ( Captains Chairs (swivel and go seating system) The contractor shall promptly service each vehicle furnished to the Government under this contract to include oil, lubrication, filters, tune-up, air conditioning refrigerant as recommen ded by manufacture and antifreeze to insure against damage to vehicles caused by any extreme temperature fluctuation., prior to being delivered to the contracting officer's representative for inspection and recommendation for acceptance. The contractor sh all schedule maintenance of the vehicles as specified in the manufacture's car manual, or more frequently, if required. On a case by case basis, the contractor may grant Government certified mechanics (ASC) the option to perform oil and filter changes and lubrication utilizing contractor furnished oil and filters should the contractor not be able to provide timely servicing of the vehicle. Contractor shall also furnish a supply of oil for topping off each vehicle. Items A - Mid Size Sedan (Gasoline), 10 ea. Five-passenger capacity, Four door vehicle, Front Seat Head Room (Min) 38.4 inches, Rear Seat Head Room (Min) 37.8 inches, Front Seat Leg Room (Min ) 41.8 inches, Rear Seat Leg Room (Min) 46.0 inches,Color: Black or Equal, V8 or V6 Engine, Automatic Transmission Electric Windows Factory installed Air Conditioning Factory installed heater AM/FM Stereo Radio Bucket Seats/Front Bench Seats/Rear Leather Upholstery Dual remote exterior rear view mirrors Rear window defroster Tinted windows Heavy duty suspension Power Steering Power Brakes Heavy duty cooling systems Body sound insulation Floor Mats (Front & Rear) Heavy duty battery Four-all season radial tires Tire changing tools Front Wheel Disc Brakes with ABS feature Low mileage (less than 200 miles) 2008 model year Full size spare tire and rim (with each vehicle ordered) Dual front and rear reading/courtesy lamps 17 Wheels or Larger Windshield wiper with intermittent feature Item B - Mini Van (Front Wheel or All Wheel Drive), (Alternative /Ethanol-E85), 20 ea. Seven-passenger capacity Color: Black or Equal Automatic Transmission V6 Engine Factory installed Air Conditioning Factor y installed Heater Hands-Free Communications System AM/FM Stereo Radio Front Bucket Seats Flexible Second Row Seating, Captains Chairs (swivel and go seating system) Power sliding right and left doors Power Liftgate Running Boards Body sound insulatio n Leather Upholstery Dual remote exterior rear view mirrors Rear window defroster Heavy duty load leveling suspension Tinted windows Power Brakes Power Steering Heavy duty engine cooling system Rear window wiper Floor mats (front and rear) Heavy duty b attery Running boards Four-all season radial tires Tire changing tools Low mileage (less than 200 miles) 2008 model year Full size spare tire and rim (with each vehicle ordered) Item C- Mini Van (Front Wheel or All Wheel Drive), (Alternative /Eth anol-E85) 35 ea. Seven-passenger capacity Color: Black or Equal Automatic Transmission V6 Engine Factory installed Air Conditioning Factory installed Heater Hands-Free Communications System AM/FM Stereo Radio Front Bucket Seats Flexible Second Row Seating, Captains Chairs (stow and go seating and storage system) Power sliding right and left doors Power Liftgate Running Boards Body sound insulation Cloth Upholstery Dual remote exterior rear view mirrors Rear window defroster Heavy duty suspens ion Tinted windows Power Brakes Power Steering Heavy duty engine cooling system Rear window wiper Floor mats (front and rear) Heavy duty battery Four-all season radial tires Tire changing tools Low mileage (less than 200 miles) 2008 model year Full size spare tire and rim (with each vehicle ordered) Item D Full Size Passenger Vans (Gasoline), 4 ea. 10 passenger capacity with center aisle Color: Black or Equal Door Opening Height (min) 59 inches (side door) Door Opening Height (min) 60 i nches (rear door) Black rubber center aisle runner Automatic Transmission 6 or 8 Cylinder Engine Factory installed Air Conditioning Factory installed Heater Front Bucket seats Dual remote exterior rear view mirrors, Large Rear window defroster Heavy duty suspension Tinted windows Power Steering Power Brakes Heavy duty cooling system Auxiliary rear air conditioning and heating Heavy duty battery Four-all season radial tires Tire changing tools Low mileage (less than 200 miles) 2008 model y ear Floor Mats Full size spare tire and rim Four-all season radial tires Tire changing tools Low mileage (less than 200 miles) 2008 model year Full size spar e tire and rim (with each vehicle ordered) Item E Full Size Cargo Vans, (Gasoline) 4 ea. Cargo Capacity (min) 318 cubic feet Color: Black or Equal Door Opening Height (min) 59 inches (side door) Door Opening Height (min) 60 inches (rear doo r) Automatic Transmission 6 or 8 Cylinder Engine Factory installed Air Conditioning Factory installed Heater Front Bucket seats Dual remote exterior rear view mirrors, Large Heavy duty suspension Power Steering Power Brakes Heavy duty cooling system H eavy duty battery Four-all season radial tires Tire changing tools Low mileage (less than 200 miles) 2008 model year Floor Mats Full size spare tire and rim Item F - Panel Truck, (small cargo vans), Flex-Fuel E-85 Ethanol 5 ea. Black or equa l Automatic Transmission V6 Engine Factory installed Air Conditioning Factory installed Heater Front Bucket seats Dual remote exterior rear view mirrors, with spot mirror attached Rear window defroster Tinted windows Heavy duty suspension Power Steering Power Brakes Heavy duty engine cooling system Heavy duty battery Four-all season radial tires Tire changing tools Low mileage (less than 200 miles) 2008 model year Full size spare tire and rim (with each vehicle ordered) Item G - Four Wheel D rive Vehicle (6 Months Lease), Gasoline, 8 ea. Four door vehicle Color: Black or Equal 6 or 8 Cylinder heavy duty (gasoline) engine Automatic transmission Factory installed Heater AM/FM Stereo Radio Rear window defroster Rear window wiper Dual exteri or rear view mirrors Limited slip differential Four all weather tires Heavy duty suspension Running Boards Heavy duty battery Heavy Duty cooling system Floor Mats Low mileage (less than 200 miles) 2008 model year Full size spare tire and rim with each v ehicle ordered ITEM H Mini Van ,Front Wheel or All Wheel Drive (Handicap Accessibility (Alternative /Ethanol-E85), 1 ea. Five- passenger capacity (room to accommodate at least 2 wheelchairs) Four door vehicle Head Room: 38.3 Inches Leg Room: 42.2 I nches Color: Black or Equal Automatic Transmission V6 Engine Electric Windows Factory installed Air Conditioning Factory installed heater AM/FM Stereo Radio Split Bench Seats Leather Upholstery Dual remote exterior rear view mirrors Rear wind ow defroster Tinted windows Heavy duty suspension Power Brakes Heavy duty cooling systems Body sound insulation Low mileage (less than 200 miles) 2008 model year Floor Mats Four- all season radial tires The contractor will ensure that selected vehicles identified as Executive Motor Pool vehicles (20 Mini vans with swivel and go seating, 10 mid size sedans, and 2 full size passenger vans) are validly registered with the District of Columbia (DC), Department of Motor Vehicles and shall have DC ins pection stickers, and shall be renewed as required, other vehicles will be issued US Government license plates. Vehicles furnished must meet all state and local laws for operation on public highways. The contractor shall provide oil for topping off vehic les as needed. The Contractor shall provide vehicle registration from the District of Columbia, for all Executive Motor Pool Vehicles, they include 20 mini vans with swivel and go seating, 10 mid size sedans, 8, Four wheel drive vehicles, and 2 fu ll size passenger vans. The registrations will be provided within 60 days after delivery of vehicles. .There is zero deviation from this standard. The method of surveillance of this task is 100% inspection of all vehicles by the COR.PRS # 2 Within 30 days of arrival of new vehicles, the contractor shall provide 2 cases, or 24 individual quarts (or equivalent measure) of oil. This can be one case or 12 individual quarts (or equivalent measure) of oil within the first 30 days with the remainder to be delivered within 15 additional days. The method of surveillance of this task is 100% inspection of all goods by the COR.PRS Deliverable : The Contractor sh all start delivery to the Government by date of Contract Award, at a minimum, the following vehicles; 10 Mid size sedans, 15 Mini vans with swivel and go seating, 20 Mini vans with stow and go seating, 5 small cargo vans, 8, four wheel drive vehicles. 501 SOUTH 15TH STREET, ARLINGTON, VA The remainder of the fleet vehicles shall be delivered no later than 30 days after the initial delivery. The vehicles can be delivered in multiples of any number, provided they are all delivered within the agreed upon t ime period. THE CONTRACTOR SHALL PROVIDE A MAINTENANCE/SERVICE SCHEDULE FOR ALL LEASED VEHICLES. The contractor shall maintain and provide a Vehicle Registration and Inspection Log for all vehicles requiring registration/inspection renewal thirty (30) wo rking days prior to expiration. Capability statement shall consist of how the contractor will perform work and quality control program in accordance with Performance Work Statement. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. Contractors shall be responsible for all costs associated with preparing and submitting all capability statements. Capability responses must be submitted via email to Ms. Lizy Ri vera via email @ lizy.rivera@hqda.army.mil by 26 December 2007.
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1c243 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN01469530-W 20071215/071213224957 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |