SOLICITATION NOTICE
23 -- Lease of eighteen (18) buses - 16 each 26 Passenger Buses and 2 each 18 Passenger Buses with Handicap Accessibility
- Notice Date
- 10/30/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-08-R-BUSES
- Response Due
- 11/10/2008
- Archive Date
- 1/9/2009
- Point of Contact
- Johnny A. Redford, 703-692-9463<br />
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W91WAW-08-R-BUSES is applicable and is issued as a request for proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The Mission and Installation Contracting Command (MICC), Contracting Center of Excellence (CCE), Pentagon, on behalf of US Army Directorate of Transportation (DoT), intends to lease buses for motor vehicle support to Senior Executive Staffs. DoT intends to lease for a total of one (1) base year and two (2) option years. This is set-aside RFP for a Service Disabled Veteran Owned Business (SDVOB). SDVOB contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. Applicable NAICS code is 532120. See SECTION B for description of vehicles and services requested. A Firm Fixed Price contract is anticipated. The anticipated award date is 17 November 2008. RFP responses must be submitted IAW instructions of Evaluation-Commercial Items (FAR 52-212-2 and addendum) as stated in the RFP and provided to the Point of Contact (POC) (Johnny Redford, johnny.redford@hqda.army.mil ) not later than 10 November 2008 at 4:00 PM EST. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the contractor to meet the Governments minimum requirements. and 2) Price. All factors are equally weighted. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5 (b) are applicable to this acquisition: 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to include: 252.232-7003 Electronic Submission of Payment Requests, and 252.247.7023 w/ Alt III Transportation of Supplies by Sea. The complete text of the FAR and DFARS clauses and provisions are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil Proposals are due not later than 10 November at 4:00 PM Eastern Standard Time. Proposals shall be e-mailed to: johnny.redford@hqda.army.mil SECTION B 1.0 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall furnish a Fleet of leased buses (16 each 26 Passenger and 2 each 18 Passenger with Handicap Accessibility) to include maintenance service, repair parts and other services necessary to perform the requirements as stated and defined in this RFP. The contractor shall perform to the standards in this contract. 1.2 Background: Office of the Assistant Administrative of the Secretary of the Army (OAA), Executive Transportation. OAA, Motor Operations Division is located at 501 South 15TH Street, Arlington, Virginia and is a 24 hour, 7 days a week operation. Motor Operations Division provides motor vehicle support to the Senior Executive Staffs of the Secretary of Defense, Chairman of the Joint Chiefs of Staff, Under Secretaries of Army and Air Force, Vice Chiefs of Staff Army and Air Force, Assistant Secretaries, and other Principal Officials of Headquarters Department of Defense (DoD). 1.3 Objectives: Contractor will provide a fleet of lease buses to be used by the government 24 hours per day, 7 days per week to provide transportation for the Motor Operations Division customers for the term of the contract. 1.4 Scope: The contractor shall furnish the necessary buses, maintenance, repair parts and other services necessary to perform the requirements stated herein. The government may increase the number/level of vehicles in order to support agency requirements. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. The Period of Performance reads as follows: Base Year DEC 1, 2008 NOV 30, 2009 Option Year 1 DEC 1, 2009 NOV 30, 2010 Option Year 2 DEC 1, 2010 NOV 30, 2011 The Government reserves the right to extend the term of this contract at the prices set forth in Section B on the contract and in accordance with the terms and conditions contained in clause 52.217-9 entitled, Option to Extend the Term of the Contract. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means by which the contractor assures that the work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. After acceptance of the quality control plan the contractor shall receive the contracting officers acceptance in writing of any proposed change to the QC Program. The Quality Control Plan will be provided by the contractor 10 days after award for approval by the Contracting Officer. 1.6.2 Recognized Holidays: The contractor shall perform emergency services on the following Holidays (i.e. vehicle recovery and replacement. N/A 1.6.3 The contractor shall perform normal scheduled maintenance and repairs to buses between the hours of 7:30 am thru 4:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor shall maintain an adequate work force for the uninterrupted performance of all tasks defined within the performance work statement. The contractor shall provide the government with a replacement bus if a bus is in the shop for more than 48 hours. The contractor shall provide a 1 800 number for emergency services that covers leased vehicles for towing, flat tires, etc. 1.6.4 Security Requirements: As required. 1.6.4.1 Physical: NA 1.6.4.2 Key Control: The Contractor shall issue the Government two sets of keys for each lease vehicle and keyless entry. The government shall return both sets of keys at the end of the contract. In the event keys are lost by the negligence of the government, the government shall assume all responsibility for replacement cost. 1.6.5 Pre Start of Work/Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any pre start of work/post award meeting convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. These meetings shall be at no additional cost to the government. 1.6.6 Contracting Officer Representative (COR): The COR(S) monitors all technical aspects of the contract and assists in contract administration. 1.6.7 Contract Manager: The contractor shall provide a project manager and assistant project manager who shall be responsible for the performance of the work. The name and contact information of these personnel shall be designated in writing to the contracting officer and contracting officer representative (COR). The project manager or assistant project manager shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager and/or assistant project manager shall be available via phone 24/7 should an emergency situation arise. 2.0 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 2.1 General: The government shall provide a motor pool, the facilities, equipment, materials, and/or services listed below. 2.2 Equipment: N/A 2.3 Services: Preventative Maintenance - The contractor shall provide proof of service for each leased bus furnished to the Government under this contract to include oil, lubrication, correct tire pressure, filters, tune-ups, air conditioning refrigerant as recommended by manufacture and antifreeze to insure against damage to vehicles caused by any extreme temperature fluctuation, prior to being delivered to the contracting officer's representative for inspection and acceptance. The contractor shall schedule maintenance of the vehicles as specified in the manufacture's car manual, or more frequently, if required. The contractor shall provide oil a maintenance/service schedule for all leased vehicles. The Government reserves the right to require service on any leased bus at any time. 2.4 Facilities: Contractor shall perform all service maintenance and repairs at the contractors facilities. 3.0 CONTRACTOR FURNISHED ITEMS AND SERVICES 3.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. 3.2 Oil: The contractor shall provide enough oil for topping off buses. In addition, the contractor shall provide 3 cases of oil quarterly that will be utilized by the Government to top off the buses. 4.0 DESCRIPTIONS / SPECIFICATIONS 4.1 The contractor shall furnish necessary buses, maintenance, repair parts and other service necessary to perform the requirements stated herein. 4.2 All seats on all units will be a brown herculon fabric, trimmed with brown vinyl or equal. All buses will have mid-back bucket seats with angle grab handles attached to the aisle seats. All driver seats on all units will be high back and will have controls to allow adjustment for front and back, up and down. All buses will have modesty Panel (Plexiglas shield behind driver located above padded modesty panel). Spare tires for buses will be required mounted on rims and delivered to the COR along with buses. All buses will have a black rubber center aisle, as well as carpet under the passenger seats. 4.3 The contractor shall furnish low mileage (less than 1300 miles) 2008 or 2009 model year buses, maintenance, repair parts, mounted highway warning kits with hasp for locking, and other services necessary. 4.4 Tires are to be replaced by the contractor as needed, to meet state inspection safety standards. 4.5 Gasoline: Vehicles shall be full of fuel when delivered to the Government and shall be full of fuel when returned to the contractor at the second joint technical inspection. The Government will be responsible for gasoline for the period between the first and second joint technical inspections. 4.6 Operation of vehicles: All leased vehicles will be operated solely by DOD personnel who are licensed drivers. 4.7 Markings Regulations: All vehicles shall be without commercial marking furnished under this contract. 4.8 Unlimited Mileage: All vehicles furnished to the Government under this contract shall have no mileage restrictions. Mileage shall be unlimited with no additional cost to the Government to include option years, if the Government exercises such options. 4.9 Alterations and Attachments: 4.9.1 The Government or its duly authorized agent (s) may make alterations or install attachments to the vehicles at the Government's expense, provided that a safety hazard is not thereby created. The Contractor will be notified at least thirty (30) days in advance of any such alterations or attachments. 4.9.2 Such alterations or attachments which are not the property of the Contractor shall be removed immediately after expiration or termination of contract and the vehicle (s) restored to its original form (excluding ordinary wear and tear) at Government expense. 4.10 Repairs to Vehicles: 4.10.1 Minor Repairs: When a vehicle furnished to the Government under this contract requires minor repairs while said vehicle is not located at the contractor's plant, the Contracting Officer's Representative will, as he deems necessary and appropriate, direct the Contractor to make such repairs. 4.10.2 Major Repairs: Vehicles requiring major repairs, such as repairs of transmissions, differentials, and engines will be the responsibility of the contractor. The Contractor will be responsible for recovering the vehicle(s) requiring major repairs and returning said vehicle(s) to the control of the contracting officer's representative after repair of the vehicle(s). If it is determined that the repairs are necessitated by the actions or negligence of the contractor, its employees, servants, or agents, or by malfunction of the vehicles, or by fair wear and tear, the contractor will be responsible for transporting the vehicle(s) from the motor pool to the contractor's workshop. 4.10.3 All repairs, both major and minor, resulting from the actions or negligence of the contractor, his agents, or servants; from the malfunction of vehicle (s) or their components are the pecuniary responsibility of the contractor. The Government reserves the right to require the replacement of any bus(s) which is disabled due to the action or negligence of the contractor, or his employees, servants, or agents, or due to fair wear and tear or due to malfunction of the bus (s) or their components at no additional cost to the Government. 4.10.4 Damages to Bus(s): Damaged buses will not be returned to the contractor until a complete investigation has been made by the appropriate DOD Officials and the second joint technical inspection has been made to determine liability and cost of repairs. Buses damaged as a result of an accident and the fault of the accident is not the Government's, the contractor will be responsible to seek relief from responsible party and to repair said buses. The Government may retain the damaged buses for period of (48) hours for investigation purposes without accrual of rent. When it has been determined that the Government is responsible for the cost of repairs and the required time to repair the buses (s) shall be computed in accordance with the Motor Vehicle Flat Rate and Parts Manual, as accepted and approved by both Government and industry. 4.11 Registration, License and State Inspection Sticker: The contractor will ensure that all buses furnished to the Government under this contract are currently and validly registered with the District of Columbia, Department of Motor Vehicles and shall have registration cards, as well as a District of Columbia inspection sticker, which shall be renewed annually. All buses furnished shall meet all state and local laws for operation on public highways. Both handicap accessibility buses along with two 26 passenger buses will have District of Columbia tags. Fourteen 26 passenger buses will have US Government tags. 4.12 Preventative Maintenance: The contractor shall promptly service each bus furnished to the Government under this contract to include oil, lubrication, filters, tune-up, air conditioning refrigerant as recommended by manufacture and antifreeze to insure against damage to vehicles caused by any extreme temperature fluctuation, prior to being delivered to the contracting officer's representative for inspection and recommendation for acceptance. The contractor shall schedule maintenance of the vehicles as specified in the manufacture's car manual, or more frequently, if required. 4.13 Bus requirements: 4.13.1 Two (2) each 18 Passenger Buses with Handicap Accessibility ( Use Unleaded Gasoline) 4.13.2 Sixteen (16) each 26 Passenger Buses ( Use Unleaded Gasoline) 4.13.3 Each of the eighteen buses requires the following features / options: 4.13.3.1 Color: White with Brown contrasting stripes. 4.14.3.2 Heavy Duty 8 Cylinder Gasoline Engine. Minimum 350 to 460 CID with three (3) electric fuel pumps and two- (2) fuel filters. 4.13.3.3 Automatic Transmission 4.13.3.4 Mor-Ryde (or equivalent) rear suspension system 4.13.3.5 Air Conditioning Dash, Minimum 14,000 BTUs 4.13.3.6 Factory installed Heater 4.13.3.7 High Back Caption Chairs (driver & front passenger). Drivers seat only (adjustable up and down, forward and backward. 4.13.3.8 Electric passenger door with exterior key switch 4.13.3.9 Overhead luggage department 4.13.3.10 Large Dual Exterior Rear View Mirrors (minimum 7 1/2 x 10 1/2 inches) to include dual minimum 5 1/2 inch spot mirror. 4.13.3.11 Tinted Windows (complete) 4.13.3.12 Power Steering 4.13.3.13 Power Brakes 4.13.3.14 Center Mounted Rear Brake Lights 4.13.3.15 Heavy Duty Cooling System 4.13.3.16 Body Sound Insulation 4.13.3.17 Commercial carpet through out bus, with rubberized carpet / matting down center aisle. 4.13.3.18 Rear Air Conditioning Unit to be TRANS/AIR MODE, TA71 or EQUAL: 36,000 BTUs units with a three-fan long version heavy duty skirt condenser. Rear heater shall be under seat-mounted minimum of 65,000 BTUs with at least two fan speeds. 4.13.3.19 Heavy Duty Battery 4.13.3.20 150 Amp Alternator 4.13.3.21 Rear Spare Tire Storage Compartment with lock 4.13.3.22 Extra Battery with Solenoid 4.13.3.23 Passenger Grab Rails (right hand entrance door assist grab rail) 4.13.3.24 Folding Door, hinged along each side, opening/closing mechanism to be electric Grab Rail on side of aisle seats 4.13.3.25 Rolex (or equivalent) Bus Signs in front of all buses with all routes identified (with turn on light for reading at night) 4.13.3.26 Dimension of seat: Height, 38 5/8, Width 35 inches, 18 1/2 from the floor to the top cushion, 4 Thick bottom cushion foam padding or equal. 4.13.3.27 Minimum Fuel Tank capacity of 36 gallons 4.13.3.28 All Season Tires, minimum 6 ply rating 4.13.3.29 Tire Changing Tools 4.13.3.30 Spare Tire Mounted on rim 4.13.3.31 Low mileage (less than 1300 miles) 2008 or 2009 model year 4.13.3.32 Minimum 176 inch Wheel Base 4.13.3.33 AM/FM Stereo, CD player with 4 speakers 4.13.3.34 Mobilpage Public address System or equal 4.13.3.35 Fire Extinguisher (mounted) 4.13.3.36 Back up Alarm 4.13.3.37 Highway Safety Triangle Warning Kit 4.13.4 Additional Requirements: 4.13.4.1 The Contractor shall provide vehicle registration from the District of Columbia, for four buses, they include the two Handicap Accessibility buses and two 26 passenger buses. The registrations will be provided with delivery of vehicles. 4.13.4.2 Within 30 days after the arrival of new buses, the contractor shall provide 3 cases, or 36 individual quarts (or equivalent measure) of oil. 4.13.4.3 The Contractor shall start delivery to the Government by date of Contract Award, at a minimum, the following buses, 26 passenger, 12 each and 1 each Handicap Accessibility bus. The remainder of the buses shall be delivered no later than 30 days. 5.0 GEOGRAPHIC AREA OF PERFORMANCE - The geographic area of performance of this RFP is limited to Washington DC Metropolitan area. 6.0 CONTRACTING CENTER OF EXCELLENCE (CCE) POINT OF CONTACT - Johnny Redford, 703-692-9463, johnny.redford@hqda.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce3c2e33b31092c6e6e7b1a893b4f48b&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Mission and Installation Contracting Command ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
- Zip Code: 20310-5200<br />
- Zip Code: 20310-5200<br />
- Record
- SN01698753-W 20081101/081030215437-ce3c2e33b31092c6e6e7b1a893b4f48b (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 |