Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SPECIAL NOTICE

W -- This Presolicition Notice seeks to obtain information from interested parties, including the vendor community, about potential opportunities to rent vehicles for delivery to Germany and Croatia.

Notice Date
4/4/2012
 
Notice Type
Special Notice
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
RCO Grafenwoehr (PARC Europe, 409th CSB), UNIT 28130, APO, AE 09114
 
ZIP Code
09114
 
Solicitation Number
W912PB12T9000
 
Archive Date
4/4/2013
 
Point of Contact
Phuong Nguyen, 09641838873
 
E-Mail Address
RCO Grafenwoehr (PARC Europe, 409th CSB)
(phuong.h.nguyen3.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Presolicitation Notice is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Presolicitation Notice does not commit the Government to contract for any supply or service whatsoever. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this Presolicitation Notice. All costs associated with responding to this Presolicitation Notice will be solely at the responding party's expense. Responses to the Presolicitation Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Presolicitation Notice does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site additional information pertaining to this Presolicitation Notice. Point of contact for this notice is MAJ Phuong Nguyen at +49(0)9641838873 or Phuong.h.nguytn3.mil@mail.mil Performance Work Statement Rental Vehicles Immediate Response, Croatia Statement of Work (Non Tactical Vehicle Support) 1.0 SCOPE-GENERAL. The Contractor shall provide non tactical vehicle to be delivered to Germany and Croatia for training exercise in Croatia as outlined in this Statement of Work (SOW). The Contractor shall perform these services for the period of performance specified in this SOW. The U.S. Government gives no guarantee of future services and reserves the right to terminate this contract for default. 1.1 Period of Performance: The contractor's ordering period will be 10 May 2012 to 20 Jun 2012, During this period, the contractor will provide rental vehicles for up to 45 days. The contractor must maintain the flexibility to respond to unanticipated requirements. During Task Order periods, the amounts and times may vary. Contractors should submit prices for rental vehicles as specified in the CLINS. 2.0 Mission Support. The Contractor shall provide 9-passenger vans, 4x4 (all wheeled drive) trucks, and four-door sedans for the participants of Immediate Response exercise at specified locations in Croatia. Contractor must be prepared to provide vehicle support to the exercise torch party. The contractor will follow the guidelines for the vehicles as outlined in this SOW. All vehicles will be manual transmission and diesel operated with unlimited mileage, full insurance and maintenance. 3.0 Vehicle Maintenance and Support. The Contractor shall maintain all vehicles in accordance with the manufacturers' recommendations. All basic maintenance under two hours and within environment laws shall be performed on training area premises unless specifically authorized. The Contractor is responsible for providing maintenance for all vehicles. 3.1 On Site Response. The Contractor shall respond to onsite service calls with qualified mechanics within two (2) hours, 8:30 a.m. to 5:30 p.m. Monday through Sunday, including government holidays, for all equipment. The response time measurement starts when the Contractor receives the call from an authorized employee. The Contractor shall provide a standard four (4) hour replacement for all vehicles damaged beyond repair. Contractor shall provide roadside assistance and emergency contact information for all vehicles and personnel. 3.2 Provide Repair Services. The Contractor shall provide estimates of repair time for all damaged vehicles. The contractor shall perform all work at the training site unless specifically authorized and also provide recommendations for displacement or replacement of vehicles. Specific details are provided in Section 3.5 Repairs. 3.3 Consumable Supplies. The Contractor shall provide all consumable supplies required for the leased vehicle. Consumables shall consist of, but not limited to, wiper fluid, oil, brake fluid, refrigerant, etc. The Contractor shall automatically replenish consumable supply inventories based on used and established needs. 3.4 Maintenance. Maintenance is defined as factory-recommended replacement of worn parts based on time or throughput on machine. This includes "preventive maintenance" while the machine may still be operable. Examples of "preventative maintenance" are ensuring that the vehicle operates correctly, travels without complications, safely transports, etc. 3.5 Repairs. A repair is defined as Contractor actions needed to effect the continued operation of the vehicle in accordance with manufacturers' specifications and applicable EU safety standards when the vehicle is not fully operable. Examples of repairs include, but are not limited to, maintenance diagnostics, providing and installing replacement parts, adequate fluids, dash board error messages, etc. Standard response time for repairs is two (2) business hours. Standard response time for vehicle replacement is four (4) business hours. 3.6 Insurance. Vehicle will come with full insurance. 3.7 Fuel. All vehicles will report on the first day of performance with a full tank of fuel. The Government will be responsible for refueling all other fleet vehicles. 4.0 Special instructions. Bidder will perform the following: Schedule with POC for site visit to perform repairs/maintenance and provide necessary parts; and submit names of employees that may require access to the Training Base to BDE Headquarters in order to vet the names. The contractor shall follow local vehicle laws and provide Immediate Response participants with safe and reliable transportation. 4.0.1 Base Access. Access to the Croatian Military Training Range must be coordinated through the Contracting Officer Representative and the Training Range Security Manager. Until ID badges are issued upon verification of the identification and the vendor will be escorted at all times while on the Training Range. Contractors shall not enter the facility unless they submit the following documentation to the badging office: 4.0.1a One copy of the front page of the contract signed by both parties; 4.0.1b Completed security badge application form, if applicable; Failure to comply with additional access requirements, or to meet the requirements above is grounds for access denial of the contractor's personnel, and, if necessary, termination of the contract for cause. Contractor personnel shall travel within the facility only to locations necessary to perform contracted duties. Contractors may be searched upon entry. 4.1 COR. The Contractor shall as directed by the Contracting Officer's Representative (COR) provide a daily "status report" on all missions worked for that day and scheduled missions for the following 48 hours. The Contractor shall ensure the availability of vehicles and drivers meet the schedule outlined in this SOW and adjusted in the daily "status report" meetings. The Contractor shall provide Management/Supervision and Administration support to this contract. The Contractor shall make available to the COR a 24-hour point of contact. Should any conflict occur in interpreting contractual requirements the final interpretation and guidance will come from the COR. 4.2 Personnel. The Contractor shall maintain a representative available to the COR daily, from 0600-2100. In addition, the Contractor shall be available for meetings to ensure all transportation requirements are met as outlined in this SOW. The Contractor's employee shall have an understanding of both written and spoken English (level II). 5.0 Definitions. English Language Proficiency Level I: Speaking: Able to satisfy minimum courtesy requirements and maintain very simple face-to-face conversations on familiar topics. Reading: Sufficient comprehension to read very simple connected written material. English Language Proficiency Level II: Speaking: Able to satisfy most work requirements with language usage that is acceptable and effective. Able to speak the language with sufficient structural accuracy and vocabulary to participate effectively in most formal and informal conversations on practical, social and professional topics. Reading: Able to read within a normal range of speed and with almost complete comprehension a variety of material on unfamiliar subjects. Can comprehend a variety of styles and forms pertinent to professional needs. Rarely misinterprets text. 8.0 Invoicing. The COR will date all invoices immediately upon receipt, verify and certify that supplies or services have been provided in accordance with the terms and conditions of this contract. If an invoice is incorrect or incomplete the COR will identify the defects in a letter and return the invoice to the contractor for correction within three (3) days after receipt. However, if the invoice is incorrect due to deficiencies in performance that cannot be rectified through coordination with the contractor, the COR will forward the invoice together with inspection findings relative to delayed, defective, or unacceptable work or contractor performance to the Contracting Officer for action. Invoices Must Contain the following Information at a minimum: INVOICE 1. Contractor's name and address as listed on the contract 2. Contract# 3. Invoice number and date 4. Description of service/supply provided 5. QTY 6. Unit 7. Unit Price and total for ea line item 8. Invoice total 9. Cage code 10. Contractor's Complete EFT banking details 11. Signature of Contractor on Invoice 12. Certification stamp from COR as follows: I certify that services were received and accepted on ________ as conforming to specifications on the contract/purchase order. 9.0 Payment. Payment will be made in US Dollars, Euro or Kuna via Electronic Funds Transfer. EFT payments will be made in accordance with FAR Clause 52.212-4. Provide the complete bank address, bank routing number, SWIFT Code, and account number on each invoice. Payment delays caused by incorrect or incomplete information are not the responsibility of the Government. 10.0 Receiving Reports. It is the responsibility of the Contractor to ensure an authorized Government Official - either the Contracting Officer or his duly appointed Representative (appointed in writing) receives and accepts goods and/or services provided by signing and completing Blocks 32a - 32g on the SF Form 1449. 11.0 Authorization to Perform. The Contractor, in entering this agreement, affirms that all necessary licenses, permits, and qualifications necessary to perform this contract have been or will be met before performance begins. All taxes and fees associated with conducting business in Croatia and Germany are the responsibility of the Contractor. The Contractor must conform to all Croatian and German labor laws, safety, environmental compliance, and practices and Croatian and German Government requirements unless otherwise informed in writing by the Contracting Officer. Value Added Tax may NOT be charged to the Government at the point of sale if itemized separately on invoices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f6bed71a2cebdf7f08db3382400d824)
 
Record
SN02714561-W 20120406/120405000243-5f6bed71a2cebdf7f08db3382400d824 (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 |
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.