COMMERCE BUSINESS DAILY ISSUE OF MARCH 16, 2001 PSA #2809
SOLICITATIONS
V -- LEASE OF HIGH PERFORMANCE VEHICLES
- Notice Date
- March 14, 2001
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
- ZIP Code
- 20373-5802
- Solicitation Number
- USSS010013
- Point of Contact
- Robert Petrosky, Contract Administrator, Phone (202)-406-6940, Fax (202) 406-6801, Email rpetrosky@usss.treas.gov
- E-Mail Address
- Robert Petrosky (rpetrosky@usss.treas.gov)
- Description
- The U. S. Secret Service (USSS) has a requirement for the lease and maintenance/repair of eighteen (18) Model Year 2001 or newer high performance vehicles. These vehicles will be utilized in the USSS, Office of Training, Protective Operations Driving Courses (PODC) to train students in vehicle dynamics. Students will use these vehicles in training situations that will cause violent weight fluctuations, heavy lateral G-forces, with repeated turning, acceleration, and excessive braking exercises. The vehicles shall at a minimum be equipped as follows: -- V8 with 305 or greater horsepower; rear wheel drive; four (4) wheel anti-lock disc braking system with an optional on/off switch installed; wheel base shall be less than 104.9 inches; four (4) speed automatic transmission; acceptable wheel size is 16" or 17" 245/55 to 45 "Z" Rated high performance tires; limited slip rear axle; gauge package with tachometer; power windows; air-conditioning; rear window defroster; performance ride and handling suspension; cloth bucket seats/ scotch guard protected; AM/FM radio with cassette. Also, the contractor is required to provide an extra set of keys per vehicle and four (4) additional rims, two-front and two rear, identical to the original equipment. Preventive/remedial maintenance will be required and shall be performed on-site by a mobile service vehicle. Replacement of brake pads and/or turning of the rotors shall be performed on an as needed basis. If a vehicle should fail to perform during a driving course, the Contractor shall be required to provide the necessary repair within 24 hours or to provide a substitute vehicle. Emergency towing service shall be provided on an as needed basis. The Contractor shall have a designated National Institute for Automotive Service Excellence, ASE, certified mechanic or equivalent to replace any defective major or minor parts/components of any vehicle under lease as well as to perform preventive/remedial maintenance. Vehicles shall at a minimum carry the standard bumper-to-bumper factory/manufacturer warranties. Contractor shall be within a 50 mile radius of the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD. Delivery is FOB Destination with all freight included in the delivered price to Laurel, MD. Delivery shall be within 90 days from date of award. Additional requirements will be included in RFP. The Government anticipates award of a firm-fixed price contract to include a base period of 12 months with four (4) one-year renewal options, if exercised by the Government. Also, exercise of option years includes the additional option to obtain new model year vehicles. Only written requests for this solicitation package will be accepted. Requests may be faxed to the attention of Ava McIntire, Contract Specialist, at 202/406-6801. Verbal/telephone requests will not be accepted. The solicitation will be issued on or about March 27, 2001. The Government will not be responsible for any costs in the preparation of responses to this
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=USSS010013&L=38)
- Record
- Loren Data Corp. 20010316/VSOL001.HTM (D-073 SN50G237)
| V - Transportation, Travel and Relocation Services Index
|
Issue Index |
Created on March 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|