Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2003 FBO #0442
SOLICITATION NOTICE

W -- Rental of 15 passenger vans.

Notice Date
2/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
DABJ27-03-T-0020
 
Archive Date
4/21/2003
 
Point of Contact
Kris Murray, 608-388-2702
 
E-Mail Address
Email your questions to ACA, Fort McCoy
(kris.murray@emh2.mccoy.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/soliciation for rental of 15 passenger vans to be provided to Fort McCoy, WI in accordance with the performance work statement and other terms and conditions contained herein. The resultant contract action will be a Blanket Purc hase Agreement (BPA) which shall be effective for the period 24 February 2003 through 23 Februay 2004 for rental of 15 passenger vans. The estimated usage quantity is provided below. Vendors are encouraged to provide additional information regarding delive ry time and availability of rental 15 passenger vans. The government intends to award one BPA. However, multiple BPAs may be issued depending upon availability of 15 passenger vans. The NAICS Code and the small business size standards for this service are 532111 and 21.5 mill ion. Payment will be made by Government Commercial Credit Card (Visa). Contractor will be responsible for all transaction costs a ssociated with payment by credit card. Line Item 0001, ESTIMATED QUANTITY 50, 15 PASSENGER VAN RENTAL, M ONTHLY RATE. The government is not obligated to order the quantities shown. The government is also not obligated to order during the time frames shown. The government is obligated to pay for the actual amounts ordered/received for the actual rental perio d. PLEASE PROVIDE QUANTITY OF 15 PASSENGER VANS AVAILABLE FOR DELIVERY ON 24 FEBRUARY 2003. Line Item 0002, ESTIMATED QUANTITY 0, 15 PASSENGER VAN RENTAL, WEEKLY RATE. The government does not intend to rent in weekly increments. However, in the event a v ehicle is rented for less than a 1 month increment, a weekly rate may be assessed. The government is obligated to pay for the actual amounts ordered/received for the actual rental period. Line Item 0003, ESTIMATED QUANTITY 0, 15 PASSENGER VAN RENTAL, DAILY RATE. The government does not intend to rent in daily increments. However, in the event a vehicle is rented for less than a 1 month increment, a daily rate may be assessed. The government is obligated to pay for the actual amounts ordered/received for th e actual rental period. PERFORMANCE WORK STATEMENT VEHICLE LEASE, SECTION 1, GENERAL, 1.1 SCOPE OF WORK. Fort McCoy, WI requires to lease vehicles. Mileage per month will be unlimited. The vehicles will be used to transport personnel locally within a 50 m ile radius. The contractor shall provide safe, operable vehicles and services in accordance with this contract. The contractor shall provide delivery and pick-up from Fort McCoy at the onset and expiration of the rental period. 1.2 POINTS OF CONTACT. The c ontractor shall provide points of contact (POCs) within the company to interface with the contracting representative on issues concerning leased vehicles. The Contractor shall provide the names, business address, function (e .g., contract manager, accounts receivable, etc.), phone numbers, normal hours of operations, and the method to contact to the contract manager outside normal business hours (24 hours a day). SECTION 2, DEFINITIONS, 2.1 TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. 2.1.1 Acceptance inspec tion. An inspection shall be performed on all vehicles and equipment before placing them in service. Discrepancies must be fixed before putting the vehicle in service, if use of the vehicle would aggravate the probl em or if the discrepancy creates a safet y hazard. 2.1.2 Accident repairs. Repairs required as a result of collision; regardless of whether the object collided with a vehicle, or whether the vehicle requiring repairs was the moving unit. 2.1.3 Criminal act. A violation of a civil law. 2.1.4 Disab led vehicle. A damaged, worn out, or malfunctioning vehicle. 2.1.5 Fair wear and tear. The deterioration of items attributed to normal usage. 2.1.6 Hostile act. An act of war. 2.1.7 Scheduled maintenance. Periodic prescribed inspections or servicing of equ ipment accomplished on a calendar, mileage, or hours-of-operation basis. 2.1.8 Unscheduled maintenance. Maintenance that is not scheduled but is required to cor rect deficiencies and to restore the vehicle or equipment to a serviceable condition. SECTION 3, GOVERNMENT FURNISHED ITEMS AND SERVICES, 3.1 GENERAL, 3.1.1 Operator care. The Government operator will be responsible for operator care (e.g., checking fluids , tire pressure, lights, etc.) If any discrepancies are found, the contractor is responsible for correcting problems. 3.1.2 Fuel. The Government is responsible for supplying the fuel used in the rental vehicle. SECTION 4, CONTRACTOR FURNISHED ITEMS AND SER VICES, 4. 1 GENERAL. The contractor shall provide specified vehicles and all services required to keep the vehicles in a safe, operational condition. Vehicles will be delivered within the time frame ordered under this agreement and must meet the minimum ac ceptanc e inspection criteria provided herein. Failure to pass acceptance inspection in the timeframe specified may result in a monetary penalty. 4.1.1 Insurance. The contractor will provide insurance IAW FAR 52.228-8 Liability and Insurance Leased Motor Vehicles to cover the cost for replacement or repair of vehicles lost, stolen, or damaged through criminal acts, natural acts (commonly called acts of God), or hostile acts. 4.2 VEHICLES. The following minimum criteria shall be met at the time of vehicle i nspection: 4.2.1 Condition. Both the exterior and the interior of the vehicles must be free of excessive soil, rust, and damage. 4.2.2 Safety items. Each vehicle must comply with Federal Motor Vehicle Safety Standards (49 CFR 571), and State and local safe ty and environmental standards. 4.3 SERVICES. The contractor shall provide the following services: 4.3.1 Maintenance. The contractor shall perform both scheduled and unscheduled maintenance at a facility he/she designates. The contractor will provide all p arts, labor, and expertise necessary to complete required maintenance tasks. Tasks include oil changes, motor tune-ups, repair of flat tires, manufacturer recalls, and all other functions necessary to maintain vehicles in good operational condition. Parts include those items that must be replaced due to fair wear and tear such as windshield wipers, tires, headlamps, filters, fluids, and lubricants. The contractor is responsible for pick up of vehicles from Fort McCoy for both sched uled and unscheduled main tenance, and return of vehicles to Fort McCoy upon completion. The cost of parts and labor for maintenance on damages resulting from operator negligence may be submitted through the Contracting Officer as a claim for consideration for payment. 4.3.2 Recove ry. Upon proper notification, the contractor will recover disabled vehicles. The contractor shall respond to a trouble call within one hour of notification. If repairs cannot be made within 24 hours of notification, an equal replacement vehicle shall be pr ovided to the Government at no additional cost. Telephone calls for repairs(s) or required maintenance shall be via a toll-free National Service line (1-800, 1-888, or 1-877) at the contractors expense or via contractors acceptance of collect calls 24 hour s per day to ensure service at any time or place. 4.3.3 Replacements. Replacements shall be provided for all vehicles that are out of commission within twenty-four hours. If no replacement vehicle is provided, the contractor shall be only paid for actual t ime of usage (see FAR 52.208-4 Vehicle Lease Payments). MARKET REVIEW: In accordance with FAR 13.303-6(b)(2) the Contract Administrator shall maintain awareness of changes in market conditions, sources of supply, and other pertinent factors that may warra nt making new arrangements with different suppliers or modifying existing arrangements. FAR 13.303-6 allows the contractor to request price adjustments based on changes in market conditions or other warranted factors, and shall be negotiated with the contr acting office. Such a price change shall be with the mutual agreement of both parties. If a price adjustment is warranted, the contracting office will issue a m odification to the agreement. EXTENT OF OBLIGATIONS: The government is obligated only to the extent of authorized purchases actually made against this blanket purchase agreement. DELIVERY TICKETS: All deliveries under this agreement shall be accompanied by delivery tickets or sales slips which will contain the following minimum information : a. Name of contractor b. Blanket Purchase Agreement number c. Date of purchase d. Purchase number e. Itemized list of supplies (vehicles) furnished and applicable renta l period f. Quantity, unit price and extension of each item less applicabl e discount g. Date of delivery. Payment will be made by Government Commercial Credit Card (Visa) in accordance with Clause 52.000-4057. Contractor will be responsible for all transa ction costs associated with payment by credit card. The issuance of individual requests against this blanket purchase agreement will be made under authority of FAR 13.303. This solicitation document incorporates provisions and clauses in effect through Fed eral Acquisition Circular 2001-12. Far and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors -- Commercial Items (Oct 2000. 52.252-1 Solicitatio n Provisions Incorporated By Reference (Feb 1998). 252.204- 7001 Commercial And Government Entity (Cage) Code Reporting (Aug 1999). 52.212-4 Contract Terms And Conditions -- Commercial Items (Feb 2002). 52.212-3 Offeror Representations And Certifications C ommercial Items (Jul 2002) With Alt I (Apr 2002). 252.209- 7001 Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (Mar 1998). 252.212-7000 Offeror Representations And Certifications--Commercial Items (Nov 1995). 252.247-7022 Repre sentation Of Extent Of Transportation By Sea (Aug 1992). 52.208-4 Vehicle Lease Payments (Apr 1984). 52.208-5 Condition Of Leased Vehicles (Apr 1984). 52.208-6 Marking Of Leased Vehicles (Apr 1984). 52.208-7 Tagging Of Leased Vehicles (May 1986). 52.212-5 Contract Terms And Conditions Required To Implement S tatutes Or Executive Orders -- Commercial Items (May 2002) and the additional FAR clauses that are applicaable to the acquisition: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.233-3, Protest after A ward (31 U.S.C 3553); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregat ed Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity (E.O. 1124 6); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Specia l Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 1312 1, and 13129); 52.232-36, Payment by Third Party (31 U.S.C. 3332). 52. 228-8 Liability And Insurance-Leased Motor Vehicles (May 1999). 52.252-2 Clauses Incorporated By Reference (Feb 1998). 252.212-7001 Contract Terms And Conditions Required To Implement S tatutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Dec 2002) and includes the folowing DFARS clauses by reference: 252.225-7012 Preference for Certain Domestic Commodities (APR 2002) (10 U.S.C. 2533a); 252.243-7002-Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); 252.247-7023 -Transportation of Supplies by Sea (MAY 2002) (____Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (10 U.S.C. 2631); 252.247-7024-Notification of Transportation of Supplies by Sea (M AR 2000) (10 U.S.C. 2631). The following LOCAL CLAUSES are incorporated into this solicitation: 52.000-4055,Year 2000 Compliance; 52.000-4057 Payment By Governm ent Commercial Credit Card; 52.000-4000 Alternate Disputes Resolution; 52.000-4063 Contractor Performance Information. TO BE IN COMPLIANCE, interested contractors must contact the contract specialist below to request a copy of the local clauses in full tex t. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, e tc.) and MUST INCLUDE THE FOLLOWING INFORMATION: solicitation number (DABJ27-03-T-0020), offerors complet e mailing and remittance address, discount terms, unit prices, offerors DUNS #, Cage code, and completed 52.212-3. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 on 20 Feb 03. POC for additional information: Contract Specialist, Kris Murray, 608-388-2702, fax 602-388-7080, email kris.murray@emh2.mccoy. army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00260380-W 20030217/030215213232 (fbodaily.com)
 
Source
FedBizOpps.gov 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.