SOLICITATION NOTICE
W -- Dumpmasters Lease
- Notice Date
- 1/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008518R6112
- Response Due
- 2/8/2018
- Archive Date
- 4/8/2018
- Point of Contact
- Clifton L. Gaither 910-451-2582 Ext 5226 Kelly Cannon
- E-Mail Address
-
cannon@navy.mil<br
- Small Business Set-Aside
- Total Small Business
- Description
- ROICC Camp Lejeune intends to award a Firm-Fixed Price (FFP) type contract for lease of two (2) Dumpmasters at Marine Corps Base Camp Lejeune, NC. This is a combined synopsis/solicitation for a commercial lease. The procurement is prepared and conducted in accordance with the format presented in FAR Subpart 12.6 and 13.5, as well 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. The solicitation number is N40085-18-R-6112 and is issued as a Request for Proposals (RFP). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 (Effective 02 July 2015). The NAICS code for this requirement is 532490 and the small business size standard is $32.5M. This RFP is issued as a small business set-aside. Proposals are due by 1400 EST on 8 February 2018. Proposals are to be mailed/hand delivered to: ROICC CAMP LEJEUNE ATTN: CLIFTON L. GAITHER 1005 MICHAEL ROAD CAMP LEJEUNE, NC 28547 Or, may be electronically submitted to clifton.gaither@navy.mil Proposals received after the required time will be considered late and handled in accordance with FAR 52.212-1(f). PROPOSAL SUBMISSION: A complete proposal will consist of the followings items completed, signed if applicable, and returned: Signed and completed proposal pricing provided on attached pricing sheet for the two (2) Dumpmasters, provided in a per month basis, for the period of 12 months, and three (3) option periods of 12 months provided on page (7) Complete specification sheet by marking all items included provided on page (8) SAM Registered: Offerors must be registered in the System for Award Management at https://www.sam.gov, which now maintains: Cage codes, DUNS number, Excluded Parties List System (EPLS), and Representations and Certifications status. Offerors shall ensure to include their size status under NAICS code 532490 Any amendments, signed A statement that the contractor fully meets the requirements of this request for proposal. Please direct questions or comments to Clifton L. Gaither at clifton.gaither@navy.mil. GENERAL INFORMATION This is a single award, firm fixed price (FFP) type contract for leasing of two (2) Dumpmasters for a period of 12 months with two (2) option periods of 12 months at Marine Corps Base Camp Lejeune, NC. TERM OF CONTRACT The contract shall continue in effect for a period of one (1) year after the date of award, with the Government s unilateral right to exercise the option period in accordance with FAR 52.217-9. DESCRIPTION OF WORK: The work includes, but not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation and other items necessary to provide two (2) Dumpmasters for lease at Marine Corps Base, Camp Lejeune, NC. The outcomes for this acquisition are consistent with the FAR 37.101 definition of service contracts. The vehicles shall be delivered in accordance with the Vehicle Specifications identified below. VEHICLES SPECIFICATIONS 44 Cubic Yard Model Automatic latch/unlatch tailgate Automatic on the go packing cycle High mount package Air controls Sliding Hopper Cover Mounting bracket for strobe and camera 10,000 lb Lift Arm Capacity Mounted ladder for roof accessibility Adjustable Forks 60 Extended Forks Fork Stop Kit 10 Cabshield Extension Heat and Air Conditioning Remote lube Fittings for Packer Panel Camera Systems Duel system with Automatic Back-up and Hopper View with night view/infrared capabilities Hopper Flood Light Strobe/rotating beacon lights High Pressure filter All LED Lights Joystick Control Side Access Cleanout Doors Sump Doors Onboard Scale System PLACE OF DELIVERY The vehicle shall be delivered to the Landfill on Piney Green Road, Marine Corps Base Camp Lejeune, Jacksonville, NC. TIME OF DELIVERY The Contractor will deliver vehicles to the requested destination no later than 15 days after receipt of award. MAXIMUM VEHICLE AGE/MILEAGE REQUIREMENT At no time during this contract shall the government be provided with a vehicle more than 5 years old or have more than 50,000 miles. This includes substitute vehicles provided in order to conduct maintenance. Additionally, vehicles that reach this threshold must be replaced by the contractor at no cost to the government. EXCESS MILEAGE CHARGES There are no excess mileage charges on this contract. SAFETY STANDARDS Each vehicle shall comply with the Federal Motor Vehicle Safety Standards (49 CFR 571) and applicable state safety regulations. Each vehicle must meet all North Carolina Department of Transportation requirements. MARKING OF LEASED VEHICLES Activities may place non-permanent markings or decals on motor vehicles leased under this contract. Activities shall normally use U.S. Government license plates on the front and rear of the vehicle to identify vehicles by USN registration number. OPERATION AND MAINTENANCE The Contractor shall maintain the vehicle in normal operating condition. All maintenance and service shall be performed by the Contractor in accordance with the manufacturer s specifications at no additional cost to the Government. Basic warranty repair items noted during the warranty period will be referred to an authorized dealer for resolution. The Contractor will furnish all oil, lubricants, replacement parts, tires and tubes necessary to keep the vehicle(s) in good repair and operating conditions and in accordance to the manufacture s specification. The Contractor shall turn in a written preventive maintenance schedule to the Contracting Specialist of record that the contractor will adhere to at no cost to the government. The Government may notify the contractor when service requirements are approaching in order to schedule vehicle maintenance. The government requires 7 day minimum notice for all service calls. The following is an example of a preventative maintenance schedule: Engine Oil and Oil filter change: 250 hours Automatic Transmission service: 500 hours Standard Transmission service: 1,000 hours Rear Differentials service: 600 hours Power Steering service: 1,000 hours Antifreeze change: 1,000 hours Hydraulic Oil: 1,000 hours ACCIDENTS AND THEFT The Government will notify the contractor within two (2) working days of accident/theft and will arrange for repairs of accident damage, including damage sustained to a stolen vehicle during the period prior to recovery. In the event the vehicle will be inoperative for more than 7 calendar days, the contractor shall provide a replacement vehicle of the same value as the vehicle being repaired, (i.e. same mileage or less, and same capabilities), at the expense of the Government and at the current lease rate. If the vehicle is damaged beyond repair, or not recovered within 30 days after the date of theft, the Contractor shall be reimbursed the residual value of the vehicle based on the average of the wholesale and retail price as listed in the current monthly edition of the NADA used car book at the time of the theft/accident in full satisfaction of any and all liabilities under this contract, less all monies received from the salvage or other disposition of vehicle. Upon reimbursement for the residual value of the vehicle, the Government will be relieved of any further liability under this contract and will terminate the remainder of the lease for the vehicle by modification to the task order. The accrued lease cost for the month in which the accident/theft occurs shall be determined on a pro-rated basis for such month. REPAIRS The contractor is responsible for any and all repairs of any kind to include safety issues to the vehicle(s). The vehicle may be down for repairs no more than 7 calendar days. If the vehicle will be inoperative for more than 7 calendar days, the contractor shall provide a replacement vehicle of the same value as the vehicle being repaired, (i.e. same mileage or less, and same capabilities), for the Government s use and at no cost to the Government. The Government will not be charged for any vehicle that is inoperable beyond the 7 calendar days after notification from the Government, in which, the contractor has not provided a suitable replacement. In such a case the contractor will be paid a reduced amount based on the contract s pro-rated amount. GOVERNMENT ACCEPTANCE AND/OR REJECTION OF VEHICLES The contractor shall deliver the vehicles no later than 10 calendar days from the date of notification of award. The activity, or its agent at port of embarkation, will accept or reject the vehicle within two (2) work days after receipt. The Contracting Officer (KO) or their representative (i.e. Contracting Officer Representative) must be present to make the final decision on acceptance of the vehicle. If the receiving activity determines that the vehicle furnished is not in compliance with the contract, the contractor shall be notified in writing within two (2) work days via the Contracting Officer. If the contractor fails to replace the vehicle or correct the defects, the Government may (a) by contract, or otherwise correct the defect, or arrange for the lease of a similar vehicle and shall charge or offset against the contractor any excess costs occasioned thereby, or (b) the Government may terminate the contract under the default clause. In all cases of vehicle exchange, either due to repair or Contractor necessity, the Contractor must notify the KO or their representative no later than 30 calendar days prior or as soon as possible for all unforeseen vehicle exchanges. WARRANTY The warranty provisions are to be the manufacturer s standard warranty for new vehicles as set forth in Federal Standard 122AU and 307AF. The contractor shall provide a suitable replacement for any vehicles having major warranty problems/repairs. Replacement vehicles will be provided upon request at no additional cost to the activity; however, the contractor is not required to provide a replacement vehicle for the first 7 calendar days after notification by the activity that the vehicle is out of service. If a vehicle is required to be replaced in lieu of repaired, then the Contractor shall be responsible for all shipping cost involved for the delivery and return of vehicles to the using activity, including foreign users. RETURN OF VEHICLES The contractor shall arrange to meet with the activity within ten (10) working days of expiration of the lease to complete a joint vehicle inspection/appraisal. The appraisal must be completed five (5) working days prior to expiration of the lease and prior to removal from Government custody. The activity will assume full responsibility for reconditioning the vehicles, at its expense, excluding normal wear and tear as defined below. The Government will not be responsible for damages not listed on the appraisal report. The Contractor is responsible for picking-up the vehicle and all associated costs. For purpose of the lease, normal wear and tear is defined as those dents, dings, paint chips, scratches, pitted but not cracked windshields, and interior wear such as soiled carpets and seats normally accrued to a motor vehicle over a period of 12 to 60 months use (Period of Performance) in both rural and metropolitan areas and in and around Municipal Landfills and Recycling Facilities. In any event, the activity s liability for reconditioning vehicles acquired as a result of this schedule shall be limited to replacement of glass and exterior trim, repair to body damage attributable to collision only, and to interior damage such as cut, torn, and burnt materials. Contractors are cautioned that the Government, by signing the damage estimate, does not acknowledge liability therefore. This can only be accomplished by an authorized and warranted Contracting Officer after evaluation and consideration of all factors. Damage claim invoices will not be processed for payment absent a mutual agreement between the contractor and the Government concerning the amount the contractor will be compensated. Upon negotiations and an agreement has been reached between the contractor and the Government, a modification will be issued for the agreed amount. EMISSIONS CONTROLS (DOMESTIC) Vehicles and engines shall comply with the regulations of the Environmental Protection Agency governing control of air pollution from new motor vehicles and new motor engines in effect on the date of manufacture. MAINTENANCE MANUALS The vehicle shall contain a set of owner/operator s manuals. LIABILITY AND INSURANCE The government shall be responsible for loss of or damage to: (1) Leased vehicles, except for normal wear and tear or damage caused by the negligence of the Contractor, its agents or employees; and (2) property of third persons, or the injury or death of a third person if the government is liable of such loss, damage, injury, or death under the Federal Tort Claims Act (28 USC 2671. 2680) TYPE/MANUFACTURE OF VEHICLES PROVIDED All vehicles shall be American made. VEHICLE COLOR/FINISH All vehicles shall be the manufacture s standard exterior paint and colors. BASIS OF AWARD: The solicitation will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government in terms of price and vehicle specifications. In order to determine the most advantageous offer to the Government, trade-offs will be made between the Evaluation Factors; however, in accordance with FAR 12.602 - Streamlined Evaluation of Offers and FAR 13.106-2 Evaluations of Quotations or Offerors, the Contracting Officer is not required to list the relevant importance of the evaluation factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. AMENDMENTS: TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. Questions regarding the solicitation must be sent via email to Clifton L. Gaither, Contract Specialist, at Email: clifton.gaither@navy.mil. Amendments will be posted electronically via NECO and FedBizOpps websites. The amendment should be acknowledged when your proposal is submitted. Failure to acknowledge the amendment may constitute grounds for rejection of your proposal. RAPIDGATE PROGRAM: Those who do not participate in the program will be issued a one-time 30-day pass followed by a requirement to renew their pass every four (4) days at the installation Contractor Vetting Office located in Building 812. INVOICES An invoice is a written request for payment under the contract for supplies delivered or for services rendered. In order to be proper, an invoice must include, as applicable, the following: (1) Invoice date; (2) Name of Contractor; (3) Contract number (including order number if any), contract line number, contract description of supplies or services, quantity, contract unit of measure and unit price, and extended total; (4) Name (where applicable), title, phone number and mailing address of person to be notified in event of an improper invoice; and INVOICING INSTRUCTIONS The Contractor shall submit invoices monthly to the Contracting Officer through Wide Area Workflow (WAWF). (a)In accordance with DFARS Clause 252.232-7003 titled Electronic Submission of Payment Requests, this contract requires use of the DoD Wide Area Workflow (WAWF) system for the submission of invoices. This web-based system, located at https://wawf.eb.mil, provides the technology for Government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices will no longer be accepted for payment. (b)In accordance with DFARS Clause 252.232-7006 titled Wide Area Workflow Payment Instructions (JUN 2012) , as prescribed at DFARS 232.2004. The contract must have a designated electronic business point of contact in the System for Award Management (www.sam.gov); and be registered to use WAWF at https://wawf.eb.mil/ following step by step procedures for self registration available at this Web site. (c)It is recommended that the person in your company designated as the System for Award Management (SAM) Electronic Business Point of Contact (EBPOC), and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor Quick Reference Guides also are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are Getting Started for Vendors and WAWF Vendor Guide. (d)Within ten (10) days after award, the designated SAM EBPOC is responsible for activating the companys CAGE code in WAWF by calling 1-866-618-5988. Once the company s CAGE code is activated, the SAM EBPOC must self-register under the companys CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the companys CAGE code at https://wawf.eb.mil. (e)The contractor shall use the following document type, DODAAC codes with corresponding extensions, and inspection and acceptance locations when submitting invoices in WAWF: Document type. The Contractor shall use the following document type(s). Navy Construction/Facilities Management Invoice Inspection/Acceptance Location N44249 CAMP LEJEUNE AWARDED TASK ORDERS/CONTRACTS Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAACN68732 Issue By DoDAACN40085 Admin DoDAACN40085 Inspect By DoDAACN44249 Ship To CodeN/A Ship From CodeN/A Mark For CodeN/A Service Approver (DoDAAC)N/A Service Acceptor (DoDAAC)N/A Accept by DoDAACN44249 LPO DoDAACN44249 DCAA Auditor DoDAACN/A Other DoDAAC(s)N/A ----------------------------------------------------------------------- ITEMPRODUCT/SERVICE# OF UNITSMONTHLY RATE PER UNIT# OF MONTHS PER YEARTOTAL COST PER YEAR CLIN 0001 (BASE YEAR) DUMPMASTERS LEASE 2 $ x 12 MONTHS = $ CLIN 0002 (OPTION YEAR 1) DUMPMASTERS LEASE 2 $ x 12 MONTHS = $ CLIN 0003 (OPTION YEAR 2) DUMPMASTERS LEASE 2 $ x 12 MONTHS = $ PRICING SHEET FOR SOLICITATION NUMBER N40085-18-R-6112 DUMPMASTERS LEASE TOTAL OF ALL CLINS 0001 THRU 0004 $ _______________ Name and Title of Authorized Representative: ____________________________________________ Signature: ___________________________________________________________________________ DATE: _________________________ SPECIFICATIONS SHEET (MARK ALL ITEMS INCLUDED) FOR SOLICITATION N40085-18-R-6112 DUMPMASTERS LEASE VEHICLES SPECIFICATIONS 44 Cubic Yard Model Automatic latch/unlatch tailgate Automatic on the go packing cycle High mount package Air controls Sliding Hopper Cover Mounting bracket for strobe and camera 10,000 lb Lift Arm Capacity Mounted ladder for roof accessibility Adjustable Forks 60 Extended Forks Fork Stop Kit 10 Cabshield Extension Heat and Air Conditioning Remote lube Fittings for Packer Panel Camera Systems Duel system with Automatic Back-up and Hopper View with night view/infrared capabilities Hopper Flood Light Strobe/rotating beacon lights High Pressure filter All LED Lights Joystick Control Side Access Cleanout Doors Sump Doors Onboard Scale System
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008518R6112/listing.html)
- Place of Performance
- Address: Landfill on Piney Green Rd, Camp Lejeune, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN04799974-W 20180127/180125231432-53152b9ce700a1d33411b0bdf8e0215b (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 |