SOURCES SOUGHT
99 -- NIH/OLAO Fleet Management, Maintenance, Repair and Towing Service - Fleet Mgmt Sources Sought Package
- Notice Date
- 6/4/2013
- Notice Type
- Sources Sought
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIHOD2013429
- Archive Date
- 7/23/2013
- Point of Contact
- Sharmaine Gerstel, Phone: 301-594-3744
- E-Mail Address
-
gerstels@mail.nih.gov
(gerstels@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Fleet Mgmt Sources Sought Package 6/4/2013 SOURCES SOUGHT NOTICE Number: NIHOD2013429 Project Title: The National Institutes of Health (NIH)/Office of Logistics and Acquisition Operations (OLAO) Fleet Management, Maintenance, Repair and Towing Service. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code 811111 for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice." Project requirements. The contractor will be required to provide Fleet Management Services including all parts, labor and perform preventative maintenance and unscheduled repairs and emergency repair services in accordance with the latest manufacture specifications for vehicles. The contractor will also be required to administer the contract and provide reports as requested by the Contracting Officer's Technical Representative (COTR). Anticipated period of performance. The period of performance is expected to be for one twelve Month base period and Four twelve Month Option periods. •a. Other important considerations. Respondents should show their abilities to address the following important aspects of the requirement : (a) Staff experience and their capability to provide ASR certified technicians, ( b) Corporate Experience/Capability ; (c) Licenses, Insurance and Warranties, (d) Record keeping and contract administration capabilities; (e) The contractor provide information as to whether they have been contractors on prior Government contracts. Submission of Capability Statements and Delivery Instructions: In 15 pages or less any interested and business organizations should submit a capability statement of their organization which demonstrates their ability to supply the services described above and in the statement of work. Respondents should also include any other information that may be helpful in developing or finalizing the acquisition requirements. Responses must reference the sources sought number NIHOD2013429 and include the following: (1) Name and Address of the Company, (2) Size and type of business, pursuant to the applicable NAICS code 811111 (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractors' capability statements should address the services required in the statement of work and the important considerations mentioned above, (6) List of organizations to whom similar types of services have been previously provided. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS DUE on July 8, 2013 @ 2:00 PM EST. All questions and/or comments must be in writing and may be emailed to Sharmaine Gerstel at gerstels@mail.nih.gov. Three (3) copies of the capability statement will be required. (a) When mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, (OLAO), 6011 Executive Blvd., Room 625B, Bethesda, MD 20892. ATTN: Sharmaine Gerstel. (b) When hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). SOURCES SOUGHT STATEMENT OF WORK National Institutes of Health Office of Logistics and Acquisition Operations Fleet Management, Maintenance, Repair and Towing Service •1. Introduction, Background, and Scope of Work. •a. NIH is seeking a qualified contractor to provide Maintenance, Repairs and Towing services for Government Owned Vehicles. The objective is to provide scheduled maintenance and emergency repairs on the various vehicles as listed under the Schedule of Equipment. The Contractor shall provide preventative maintenance service on a regular basis to include unscheduled repairs at a fixed, contract price to maintain the government owned vehicles. The principle period of scheduled maintenance during the Contract, provided at the Government's site, for service maintenance support, is between the hours of 8:00 a.m. and 5:00 p.m. (ET), Monday through Friday, excluding government and corporate holidays. •b. Required Services: • i. The Contractor shall provide all parts, labor and perform preventative maintenance and unscheduled repairs and emergency repair services in accordance with the latest manufacture specifications for the equipment listed in the Schedule of Equipment. Unscheduled repairs and emergency repair services shall be performed in accordance with the latest manufacture specifications for equipment listed in the Schedule of Equipment. The Contractor shall provide all parts, labor and shipping charges in accordance with the terms and conditions of the contract. The Contractor shall provide transport of vehicles to and from their place of operation if over ten (10) miles from the NIH campus, otherwise, vehicles may be driven from NIH main campus to Contractors place of operation and back to NIH main campus upon completion of repairs. Contractor shall provide transport of vehicles to Certified Maryland Emission Station for inspections at the time specified by the NIH/FMB. • ii. Contractor shall coordinate and provide transport of vehicles to locations that provide warranty and recall repairs and to vendors that offer specialty type services including but not limited to body repairs, transmission repairs, and specific computer related repairs, etc. • iii. Contractor shall possess ability to provide monthly reports to include but not limited to vehicle repair invoices, and recycled product use such as antifreeze and oil, etc. • iv. A technically qualified and ASE certified individual shall perform all services. All assigned personnel will have documented records of customer/field service. • v. Routine Vehicle Maintenance as specified and below: • vi. Preventative Maintenance Services for all vehicles shall be in accordance with the latest manufacture specifications and include but not be limited to: •1. Air Conditioning Service/Change •2. Antifreeze, Service/Change •3. Charging System and Battery, Testing, Maintenance and/or Replacement •4. Brake Maintenance/Repair (includes cleaning & adjusting rear brakes) •5. Carburetors, Clean •6. Circuit Boards, Clean/Replacement •7. Engines and transmissions, Maintenance/Rebuild •8. Fuel Tanks and Filters, Upkeep •9. Hydraulics •10. Tires, Service, Mounting, Rotation, Balance •11. Fluids and Fluid Lines •12. Front End Alignment •13. Induction System Service (Fuel Injection) •14. Rear Axle Service •15. Headlight - Replacement, Alignment • vii. The Contractor shall repair or replace any defective parts on-site at the Contractors facility. All repaired or replaced parts shall be warranted and serviced if required for the duration of the original Service Contract agreement period. The Contractor shall only provide replacement parts from the original manufacture of the equipment under service. The use of third party replacement parts will invalidate this Service Contract. • viii. The Contractor's technical representative will have (in possession at the time of service) all of the original equipment manufacturer's service guidelines. These guidelines will be available for the inspection by the government COTR. • ix. All equipment shall be operationally tested at the end of the required maintenance inspection/repair to assure optimum and efficient performance. • x. The equipment will be tested in all modes of operation, and at the end of the verification, the Contractor will provide a signed copy of the service ticket as proof of performance. All replacement/repair materials will meet original equipment and manufacturer specifications, as defined at the original installation. •c. Other Terms and Conditions: • i. Upon receipt of notification that the unit is not functioning properly the Contractor shall, within twenty-four (24) continuous hours of notification except on weekends and government holidays, furnish a qualified factory trained service representative (on-site) to verify the problem and perform all necessary repairs and adjustments necessary to restore the vehicle to normal and efficient operating conditions. COTR must be notified immediately of any delay in response time or if repairs are delayed due to availability of parts, etc., after initial inspection/evaluation. • ii. All parts shall be stocked locally by the Contractor or be available to the Contractor by the next business day. If this is not possible then the COTR must be notified within 24 hours. • iii. The COTR is not authorized to request any service that is not specifically sited, to change the terms and conditions of the contract; to request "extras" of any kind, or to in any way commit the government to any additional expenditures of any kind. •d. Service Personnel: • i. All personnel servicing equipment under this contract must have ASE certification and compatible training on the equipment listed in the Schedule of Equipment and has at least two years of experience for the equipment they are working on. • ii. All primary service personnel will have at least one backup support technician who will have at least the same level expertise on the equipment listed in the Schedule of Equipment. • iii. Proof of experience with the unit is required, and will be submitted to the end user as accreditation requirement. This must list ASE certification in the areas of certification of the vehicle and/or equipment listed for both the primary technician and the backup technician. • iv. To demonstrate the ability to maintain and support the complexity of the various preventative maintenance schedules on the numerous and different levels of equipment as listed in the Schedule of Equipment the vendor will provide no less than three customer references from existing service contracts with identical equipment upon request. •e. Service Tickets: • i. Contractors shall provide within two (2) working days after the completion of service, a service ticket signed by the COTR, verifying that the required services were performed in accordance with the manufacturer's specifications. • ii. Each ticket for the service call shall contain at least the following: •1. Contract Number •2. Vehicle Tag Number •3. Vehicle Identification Number •4. Problem and remedy •5. Time (including labor and travel) •6. Parts removed and installed •7. User's and service technician's signatures •f. Offeror to provide car wash/vacuum at no charge after any/all services. •g. Offeror to provide an itemized list of all charges mandated by State and/or Federal Laws. End.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/ NIHOD2013429 /listing.html)
- Place of Performance
- Address: National Institute of Health, Bethesda, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03078947-W 20130606/130604235527-c030c7b299bb66b688a3258e3369d9ee (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 |