|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1999 PSA#2481Directorate of Contracting, 1733 Pleasonton Road, Attn: ATZC-DOC, Fort
Bliss, Texas 79916-6816 V -- VEHICLE TOWING SERVICE SOL DABT51-00-R-1001 DUE 120699 POC Beth
Moronese, 915-568-4479 or Colleen Burns, 915-568-5051 V-VEHICLE TOWING
& STORAGE OF ABANDONED VEHICLES. This is a Combined
Synopsis/Solicitation for Commercial Services prepared IAW FAR 12.6 and
supplemented with additional information as included in this notice.
This announcement constitutes the only solicitation; A WRITTEN
SOLICITATION WILL NOT BE ISSUED. This solicitation document and
incorporated provisions & clauses are governed by FAC 90-46. This
solicitation is a 100% Small Business Set-aside. The Standard
Industrial Classification Code 7549 (Vehicle Towing) applies to
business with less than $5 million annual receipts. Proposals are being
requested for Solicitation DABT51-00-R-1001. The Directorate of
Contracting, FT Bliss, TX has a requirement for a No Cost Towing &
Storage contract for the period 30 DEC 99 thru 29 DEC 00 plus 4
one-year options. BASE YEAR (30DEC99 29DEC00) ITEM 0001: TOWING FEE PER
VEHICLE (Estimate 130 Per Year); ITEM 0002: STORAGE FEE INSIDE
COVERED-5 Sides GARAGE (Estimated 20 Days); ITEM 0003: STORAGE FEE
OUTSIDE SECURED UNCOVERED AREA (Estimated 3250 Days). Option Years have
the same Item Descriptions as the Base Year. OPTION YR 1 (30DEC00
29DEC01) ITEM 0101 thru ITEM 0103. OPTION YR 2 (30DEC01 29DEC02) ITEM
0201 thru ITEM 0203. OPTION YR 3 (30DEC02 29DEC03) ITEM 0301 thru ITEM
0303. OPTION YR 4 (29DEC03 29DEC04) ITEM 0401 thru ITEM 0404. The
purpose of the contract is to remove abandoned vehicles from FT Bliss
roadways. The contractor shall provide complete wrecker & towing
service and also provide storage for the vehicle until the vehicle is
claimed by the owner or the required time for storage has elapsed. The
contractor shall respond to the Military Police telephonic request for
Towing Services within two hours of notification. Primary Duty Hours
will be Monday -- Friday 7:30am -- 4:00 PM; however contractor shall
provide services at other than regular duty hours. A joint inventory
between the contractor and the Military Police shall be conducted. The
Provost Marshall shall determine what vehicles shall be placed under
covered or uncovered storage. All impounded vehicles shall be held by
the contractor until claimed by the owner or as required by Texas
statues. The contractor shall notify the Provost Marshall at the end of
the 120 day period of the owner failure to claim the vehicle. The
Provost Marshall shall notify the owner by certified mail of the
contractor's intent to dispose of the unclaimed vehicle in accordance
with Texas Statutes. The government will not be liable for any charges
against any unclaimed vehicle. At no time during the contract period
will the Government become liable for any fees or charges; all fees or
charges shall be collected from the owner of the vehicle or proceeds
of the auction. The contractor shall return any excess funds from the
auction to the U.S. Treasurer General Fund after towing storage and any
other costs generated from the disposal of unclaimed vehicles is
dededucted and authorized by the Contracting Officer. The contractor
and the Military Police will agree on adate and time for the auction.
Checks will be made payable to the U.S. Treasury General Fund and
mailed to the Directorate of Contracting at FT Bloss along with copies
of the SF 97 (U.S. Government Certificate to obtain Title to a
Vehicle) with a detailed breakdown of monies owned on each vehicle and
monies recovered from each vehicle. Interested small business shall
include the information at FAR 52.212-3(Offeror Representation and
Certifications for Commercial Items) with their DUNS, Cage, and Tax
Identification Numbers, and be able to accept payment through
Electronic Funds Transfer, and comply with Central Contractor
Registration. FAR 52.212-1, FAR 52.212-4, FAR 52.212-5, DFAR
252.204.7004 apply to this acquisition. Offerors must acquaint
themselves with the regulations concerning Commercial Item acquisition
contained at FAR 12. Offerors not in possession of the referenced
clauses in text may obtain them at http://acqnetsarda.army.mil. Service
Contract Act requires that wage rates be in accordance with the
Department of Labor Wage Determination 94-2511 (REV 13)for the El Paso
area. Wage Rates may be obtained at www.ceals.usace.army.mil.
Contractor shall possess all applicable licenses insurance as required
by Texas Statues. FAR 52.212-2 Evaluation will be based on technical
performance, price, and past performance. Required Past Performance
Information: Offerors shall submit 3 references for contracts performed
within the last three years, that are the same and/or similar to the
size, magnitude and complexity as this requirement. For each reference
include the contract number, dollar value, contract office and phone
number of administrator, customer name & phone, and description of
service. Required Technical Performance Information: Submit a
description of tow vehicles/equipment to be used. Submit a paragraph on
the technical operations proposed for this contract. Submit safety
equipment & procedures. Responses to Solicitation DABT51-00-R-1001 are
due by 4:30 PM, 06 DEC 99. Offer must be in writing and must include
a signature. Mail to Directorate of Contracting, 2021 CLUB RD, FT
BLISS, TX 79901. Faxes will be accepted at 915-568-0836. Contract
Specialist: Beth Moronese 915-568-4479. Posted 11/19/99 (W-SN402493).
(0323) Loren Data Corp. http://www.ld.com (SYN# 0095 19991123\V-0002.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|