SOLICITATION NOTICE
99 -- NIH, OLAO Fleet Management, Maintenance, Repair and Towing Service - RFP
- Notice Date
- 1/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIHOD2014009
- Archive Date
- 3/5/2014
- Point of Contact
- Sharmaine Gerstel, Phone: 301-594-3744
- E-Mail Address
-
gerstels@mail.nih.gov
(gerstels@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 FORM SOW RFP Re: Request for Proposal # NIHOD2014009 Title: NIH, OLAO Fleet Management, Maintenance, Repair and Towing Service. You are invited to submit a proposal in accordance with the requirements of the attached solicitation for the National Institutes of Health's (NIH)/Office of Logistics and Acquisition Operations (OLAO). One original and three copies of your technical proposal and one original and two copies of your business proposal must be received by this office at the following address no later than 2:30 P.M. EST on February 18, 2014: National Institutes of Health Office of the Director Office of Logistics and Acquisition Operations (OLAO) Attn: Sharmaine Gerstel 6011 Executive Blvd., Rm. 625B Bethesda, MD 20892-7663 If your proposal will be delivered by courier service, Federal Express, UPS, or Express Mail, the city, state and zip code should read ROCKVILLE, MD 20852. Please note that proposals can be delivered to the receptionist on the 5th floor. Your proposal submitted in response to the attached solicitation must be signed by an official authorized to bind the quoter, and it shall contain a statement to the effect that the quote is firm for a period of at least 120 days from date of receipt thereof by the Government. Your technical quote should be a maximum of 35 pages using at least 12 point font (single spaced) and 1 inch margins (this does not include any resumes that are submitted or cover letter). Double sided printing can be utilized. Quotes must be prepared in accordance with the instructions contained in the solicitation. It is anticipated that a Fixed Price contract will be awarded for a basic period of one year with four one year option periods. The anticipated effective date is April 11, 2014. This RFP does not commit the Government to pay any cost for the preparation and submission of a quote. Award may be made without further discussions therefore; your proposal should be submitted initially on the most favorable terms your company can submit to the Government. The Government reserves the right to reject any or all proposals received. It is understood that your quote will become part of the official file on this matter without obligation to the Government. Questions concerning this solicitation can be sent to Sharmaine Gerstel, Contract Specialist at gerstels@mail.nih.gov and are due by Wednesday January 21, 2014 at 5:00 PM EST. Questions will not be taken over the phone. 1/14/14 STATEMENT OF WORK National Institutes of Health Office of Logistics and Acquisition Operations Fleet Management, Maintenance, Repair and Towing Service 1. Introduction, Background, and Scope of Work. a. NIH is seeking a qualified contractor to provide Maintenance, Repairs and Towing services for Government Owned Vehicles. The objective is to provide scheduled maintenance and emergency repairs on the various vehicles as listed under the Schedule of Equipment. The Contractor shall provide preventative maintenance service on a regular basis to include unscheduled repairs at a fixed, contract price to maintain the government owned vehicles. The principle period of scheduled maintenance during the Contract, provided at the Government's site, for service maintenance support, is between the hours of 8:00 a.m. and 5:00 p.m. (ET), Monday through Friday, excluding government and corporate holidays. b. Required Services: i. The Contractor shall provide all parts, labor and perform preventative maintenance and unscheduled repairs and emergency repair services in accordance with the latest manufacture specifications for the equipment listed in the Schedule of Equipment. Unscheduled repairs and emergency repair services shall be performed in accordance with the latest manufacture specifications for equipment listed in the Schedule of Equipment. The Contractor shall provide all parts, labor and shipping charges in accordance with the terms and conditions of the contract. The Contractor shall provide transport of vehicles to and from their place of operation if over ten (10) miles from the NIH campus, otherwise, vehicles may be driven from NIH main campus to Contractors place of operation and back to NIH main campus upon completion of repairs. Contractor shall provide transport of vehicles to Certified Maryland Emission Station for inspections at the time specified by the NIH/FMB. ii. Contractor shall coordinate and provide transport of vehicles to locations that provide warranty and recall repairs and to vendors that offer specialty type services including but not limited to body repairs, transmission repairs, and specific computer related repairs, etc. iii. Contractor shall possess ability to provide monthly reports to include but not limited to vehicle repair invoices, and recycled product use such as antifreeze and oil, etc. iv. A technically qualified and ASE certified individual shall perform all services. All assigned personnel will have documented records of customer/field service. v. Routine Vehicle Maintenance as specified and below: vi. Preventative Maintenance Services for all vehicles shall be in accordance with the latest manufacture specifications and include but not be limited to: 1. Air Conditioning Service/Change 2. Antifreeze, Service/Change 3. Charging System and Battery, Testing, Maintenance and/or Replacement 4. Brake Maintenance/Repair (includes cleaning & adjusting rear brakes) 5. Carburetors, Clean 6. Circuit Boards, Clean/Replacement 7. Engines and transmissions, Maintenance/Rebuild 8. Fuel Tanks and Filters, Upkeep 9. Hydraulics 10. Tires, Service, Mounting, Rotation, Balance 11. Fluids and Fluid Lines 12. Front End Alignment 13. Induction System Service (Fuel Injection) 14. Rear Axle Service 15. Headlight - Replacement, Alignment vii. The Contractor shall repair or replace any defective parts on-site at the Contractors facility. All repaired or replaced parts shall be warranted and serviced if required for the duration of the original Service Contract agreement period. The Contractor shall only provide replacement parts from the original manufacture of the equipment under service. The use of third party replacement parts will invalidate this Service Contract. viii. The Contractor's technical representative will have (in possession at the time of service) all of the original equipment manufacturer's service guidelines. These guidelines will be available for the inspection by the government COTR. ix. All equipment shall be operationally tested at the end of the required maintenance inspection/repair to assure optimum and efficient performance. x. The equipment will be tested in all modes of operation, and at the end of the verification, the Contractor will provide a signed copy of the service ticket as proof of performance. All replacement/repair materials will meet original equipment and manufacturer specifications, as defined at the original installation. c. Other Terms and Conditions: i. Upon receipt of notification that the unit is not functioning properly the Contractor shall, within twenty-four (24) continuous hours of notification except on weekends and government holidays, furnish a qualified factory trained service representative (on-site) to verify the problem and perform all necessary repairs and adjustments necessary to restore the vehicle to normal and efficient operating conditions. COTR must be notified immediately of any delay in response time or if repairs are delayed due to availability of parts, etc., after initial inspection/evaluation. ii. All parts shall be stocked locally by the Contractor or be available to the Contractor by the next business day. If this is not possible then the COTR must be notified within 24 hours. iii. The COTR is not authorized to request any service that is not specifically sited, to change the terms and conditions of the contract; to request "extras" of any kind, or to in any way commit the government to any additional expenditures of any kind. d. Service Personnel: i. All personnel servicing equipment under this contract must have ASE certification and compatible training on the equipment listed in the Schedule of Equipment and has at least two years of experience for the equipment they are working on. ii. All primary service personnel will have at least one backup support technician who will have at least the same level expertise on the equipment listed in the Schedule of Equipment. iii. Proof of experience with the unit is required, and will be submitted to the end user as accreditation requirement. This must list ASE certification in the areas of certification of the vehicle and/or equipment listed for both the primary technician and the backup technician. iv. To demonstrate the ability to maintain and support the complexity of the various preventative maintenance schedules on the numerous and different levels of equipment as listed in the Schedule of Equipment the vendor will provide no less than three customer references from existing service contracts with identical equipment upon request. e. Service Tickets: i. Contractors shall provide within two (2) working days after the completion of service, a service ticket signed by the COTR, verifying that the required services were performed in accordance with the manufacturer's specifications. ii. Each ticket for the service call shall contain at least the following: 1. Contract Number 2. Vehicle Tag Number 3. Vehicle Identification Number 4. Problem and remedy 5. Time (including labor and travel) 6. Parts removed and installed 7. User's and service technician's signatures f. Offeror to provide car wash/vacuum at no charge after any/all services. g. Offeror to provide an itemized list of all charges mandated by State and/or Federal Laws. End.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2014009/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03266918-W 20140116/140114233952-cc42d43034916dcdf34ad984344750a1 (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 |