Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1999 PSA#2481

Directorate 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