SOLICITATION NOTICE
W -- Fort Carson, Co, has a requirement for the lease of refrigerated trucks.
- Notice Date
- 2/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-10-T-0064
- Response Due
- 2/12/2010
- Archive Date
- 4/13/2010
- Point of Contact
- franklinaw, 719-526-0813
- E-Mail Address
-
Fort Carson DOC
(amy.w.franklin@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. 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. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-10-T-0064. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Fort Carson intends to award a Firm-Fixed-Price Contract for. The North American Industrial Classification System (NAICS) code for this procurement is 532490. This requirement is unrestricted The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 20 22 Refrigerated Trucks in accordance with the Performance Work Statement. Quantity 12. Period of Performance 15 February 2010 5 March 2010. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.204-7 (Central Contractor Registration), 52.208-4 (Vehicle Lease Payments), 52.208-5 (Condition of Leased Vehicles), 52.208-6 (Marking of Leased Vehicles), 52.208-7 (Tagging of Leased Vehicles), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.225-13 Restrictions on Certain Foreign Purchases, 52.228-8 (Liability and Insurance Leased Motor Vehicles), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alternate A (Central Contractor Registration), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. All responses must be received by 12:00 p.m. Mountain Time on 12 February 2010. Quotes can be e-mailed to ashley.henson@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. PERFORMANCE WORK STATEMENT for 4th ID, 1st BCT 20 Foot Truck Mounted Refrigerator/Freezers (12ea) SECTION 1 General: The objectives of this task Performance Work Statement (PWS) is to provide the 4ID, 1BCT the capability to hold and transport perishable subsistence, and potable ice for all 4ID, 1BCT units. 1.1SCOPE OF WORK. The contractor shall provide safe, operable truck mounted refrigerator freezers and services in accordance with this PWS. 1.2POINTS OF CONTACT. The contractor will provide points of contact within their company to interface with the POCs listed in SECTION 3.1 on issues concerning truck mounted refrigerator / freezers. Names, business address, phone numbers, and hours of operation are the minimum information requirements. Arrangements for contacting the contractors points of contact after normal business hours should also be made. 1.3INFORMATION. The contractor will attach an information sheet on each unit in a conspicuous place. Information will include: contractors name, number to call for service, contractor point of contract, unit identification number. 1.4PERIOD OF PERFORMANCE. 15 FEB 10 thru 5 MAR 10 SECTION 2DEFINITIONS 2.1TECHNICAL DEFINITIONS PECULLIAR TO THIS SOW. 2.1.1Acceptable inspection A joint inspection between the contractor and the user shall be performed on all truck mounted refrigerator / freezers and equipment before placing them in service. This inspection shows the overall condition of the truck mounted refrigerator / freezers and verifies the serial number of the units. Discrepancies must be fixed before putting the truck mounted refrigerator / freezers in service, if use of the vehicle would aggravate the problem or if the discrepancy creates a safety hazard. 2.1.2Accident 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. 2.1.3Criminal act A violation of civil law. 2.1.4Disabled vehicle A damaged, worn out, or malfunctioning vehicle. 2.1.5Fair wear and tear The deterioration of items attributed to normal usage. 2.1.6Hostile act N/A. 2.1.7Scheduled maintenance Periodic prescribed inspections or servicing of equipment, accomplished on a calendar, mileage, or hours-of-operation basis. 2.1.8Unscheduled maintenance Maintenance that is not scheduled but is required to correct deficiencies and to restore the vehicle or equipment to a serviceable condition 3GOVERNMENT FURNISHED PROPERTY AND SERVICES SECTION 3.1Delivery/POC The contractor will deliver 12ea serviceable refrigerator / freezers vans to TISA, 5109 Specker AVE, bldg 350 (TISA) FT Carson, CO 80913 no later than 0900 on the 11 Feb 2010. MSG Mansfield (719) 503-1047 and WO1 Thiboudeaux (240) 575-8567 will inventory and sign for vans and sign down to applicable operators SECTION 3.2Operator care - The government will be responsible for operator care (e.g., checking and replenishing fluids, fuel vehicle, tire pressure, lights, etc.) If any discrepancies are found, the contractor is responsible for correcting the problems. SECTION 4CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1GENERAL: Contractor shall provide specified truck mounted refrigerator / freezers and all services required to keep the truck mounted refrigerator / freezers in a safe, operational condition. Refrigeration vans will be delivered within the timeframe agreed to in this contract and must meet the minimum acceptance criteria provided herein. Failure to pass the acceptance inspection in the timeframe specified may result in a monetary penalty. 4.1.1Insurance The contractor will carry insurance to cover the cost for replacement or repair of vans lost, stolen or damaged through criminal acts, natural acts (commonly called acts of God), or hostile acts. This is to preclude the government from being held liable for claims generating from any of the above. 4.1.2Records - The contractor should maintain records of transactions. 4.2Truck Mounted Refrigerator / Freezers - The following minimum criteria shall be met at the time of the acceptance inspection. 4.2.1Condition Both the exterior and interior of the vehicles must be free of excessive soil. Refrigerator / freezers will maintain a operating temperature of 41 degrees Fahrenheit and below; IAW TB Med 530 and AR 30-22. 4.3SERVICES. The contractor shall provide the following services: 4.3.1Maintenance The contractor shall perform both scheduled and unscheduled maintenance as needed. The contractor shall provide all parts, labor, and expertise necessary to complete required maintenance tasks. Parts include those items that must be replaced due to fair wear and tear. The cost of parts and labor for maintenance on damages resulting from operator negligence may be submitted through the contracting officer for consideration of payment. 4.3.2Replacements Replacements shall be provided for all truck mounted refrigerator / freezers that are out of commission. If no replacement truck mounted refrigerator / freezers is provided, consideration should be given to asking the contractor for compensation due to noncompliance. 4.3.3Repairs or replacements shall be made within 24 hours of notification by the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76cf9ceb41035ba7ccac4f70fd997bc3)
- Place of Performance
- Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02062161-W 20100212/100210234417-76cf9ceb41035ba7ccac4f70fd997bc3 (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 |