Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2015 FBO #4792
MODIFICATION

W -- Annual Leased Trailer Pre-Qualification

Notice Date
1/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
United States Postal Service, Supplies and Services Purchasing, Supply Chain Management Projects, 475 L'Enfant Plaza SW Room 4831, Washington, District of Columbia, 20260-4831
 
ZIP Code
20260-4831
 
Solicitation Number
800-119-15
 
Point of Contact
Frank Scheer, Phone: (202) 268-4996, Katherine Ann Willins, Phone: 2022683347
 
E-Mail Address
frank.r.scheer@usps.gov, katherine.willins@usps.gov
(frank.r.scheer@usps.gov, katherine.willins@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The Postal Service will be soliciting approximately 7,000 trailers in 2015. Suppliers that will participate in the solicitation must pre-qualify January 2, 2015 through February 3, 2015. Prequalification requirements will be included in this notification and require information about financial capability, industry experience, and past performance. Suppliers on the suspension or debarment list will be excluded. Prequalification Requirements 1. Geographic coverage compatible with the needs of the Postal Service within the continental US 2. Prior experience and a history of leasing trailers of at least $1 million total annual revenue 3. At least 6 months of experience in trailer management services 4. At least 12 months of business operation and the organization's DUNS number. 5. Most recent fiscal year audited balance sheet and income statement. Postal Service willing to execute a non-disclosure agreement for these financial statements if required. The "experience levels" cited above are deemed to be the minimum acceptable periods for prequalification. When selecting a supplier to perform services based upon their proposal, consideration will be given to longer experience in these categories. Greater detail regarding "supplier specific criteria" will be included in the solicitation, if one is issued. An overview of the Statement of Work as follows: a. Specifications Annual Lease Trailer requirements have been modified for this solicitation: 1. A trailer numbering specification provided by the Postal Service will be used by the supplier to label trailers. 2. Geo-positioning System (GPS) capabilities and interface requirements for a trailer management system are under development. 3. The e-track requirement has been reduced to TWO rows of e-track. Logistics posts at 18-inch centers or less are an acceptable alternative. 4. A daily rate for a trailer that included maintenance is replaced with a daily maintenance rate and a daily trailer use rate. 5. A repair allowance of $1,000 per trailer per year is incorporated within the daily maintenance rate, in the aggregate. After $1,000 in damage expenses for the trailer quantity per year is exhausted, the trailer supplier may invoice for all damage repairs for the remainder of that year. 6. Trailers manufactured in model year 2005 or newer are acceptable, if they satisfy safety inspections. b. Services Scope The supplier(s) will provide services which include, but are not limited to, the following: 1. The trailer will be offered f.o.b. Destination by a supplier. The supplier has the responsibility for drayage to the usage location as well as the return to the supplier at the end of the rental period. 2. Replacement of a trailer f.o.b. Origin at the postal facility if it becomes unserviceable because of a pre-condition of the trailer at the time the rental period began, 3. Onsite maintenance to trailers during and at the end of the annual lease. 4. Onsite repairs to trailers during and at the end of the annual lease. 5. Phone Number for continental USA emergency roadside assistance. Companies are invited to submit a response to this RFI. Responses are to be organized under five tabs corresponding to the requested items above. The responses are to be submitted as email attachments addressed to Frank Scheer at < frank.r.scheer@usps.gov >. If attachments exceed four megabytes, please subdivide the content and send more than one email with attachments that are smaller than four megabytes each. This RFI is for informational and prequalification purposes only. The Postal Service does not intend to award a contract on the basis on this RFI and may or may not issue a solicitation for the requirements described.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/SSP/SCM/800-119-15/listing.html)
 
Place of Performance
Address: United States, United States
 
Record
SN03608429-W 20150107/150105234205-6027a3b201a21fb1d99b85ac33557d98 (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.