Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2003 FBO #0440
SOLICITATION NOTICE

99 -- TRUCK RENTAL

Notice Date
2/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, Pacific Southwest Research Station, 800 Buchanon St., Albany, CA, 94710
 
ZIP Code
94710
 
Solicitation Number
RFQ-SNRC-2003-001
 
Archive Date
3/8/2003
 
Point of Contact
Patrick Linkenhoger, Contracting Officer, Phone 510 559-6374, Fax 510 559-6440, - Patrick Linkenhoger, Contracting Officer, Phone 510 559-6374, Fax 510 559-6440,
 
E-Mail Address
plinkenhoger@fs.fed.us, plinkenhoger@fs.fed.us
 
Description
This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation is a Request for Quotations and the number is RFQ-SNRC-2003-001-. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This solicitation is issued on an unrestricted basis. Price quote must be valid for minimum of 90 days from due date. Required items schedule: Contractor shall furnish all rental vehicles equipped with air conditioning and heating, vinyl upholstery and floor mats, AM/FM radio and incidentals necessary to perform the work in accordance with the specifications, terms and provisions. FY 2003 ITEM UNIT NUMBER DESCRIPTION QTY UNIT PRICE TOTAL 01 4WD Compact Truck 5 4.5 Months $ $ Automatic Transmission 05/12/03 - 09/26/03 Make: Model: Year: License No.: 02 1/2 or 3/4 Ton Pickup with extended/king cab, 4WD, V8 Engine, 4 6 Months $ $ Regular Bed Length (6'), Tow Package Automatic or Standard Transmission 03/10/03 - 09/10/03 Make: Model: Year: License No.: 03 Compact Pickup with extended/king cab, 4WD, Regular Bed Length 14 6 Months $ $ Automatic or Standard Transmission 03/10/03 - 09/10/03 Make: Model: Year: License No.: Total for FY 2003 $ 04 Charge per mile over 15,000 miles per year $ DELIVER LINE ITEM 1 TO: SIERRA NEVADA RESEARCH CENTER ATTN: CHRISTINE ECKMAN 530-759-1700 2121 2ND STREET, SUITE A101 DAVIS, CA 95616-3473 DELIVER LINE ITEMS 3 AND 4 TO: PLUMAS NATIONAL FOREST ATTN: DAN HANSEN OR PAULA SHAKLEE at 530-283-5263 159 LAWRENCE STREET QUINCY, CA 95971-4639 Delivery: All vehicles are the responsibility of the Contractor until inspected, accepted and transferred to the Government. The Contractor performs pre-delivery servicing including any necessary lubricating, adjustments, appearance cleaning, and other make-ready preparations for the operation of the vehicle and any additional equipment that was ordered. When these operations are completed, the Contractor will contact the Government and make final arrangements for consignee inspection and pick up of the vehicle at the consignee address. The vehicle must be delivered within five days after the Government is notified. The Contractor shall not affix any identification items to the vehicle such as decals, plates, logos or other advertising material. Consignee?s Delivery Inspection: The vehicle should be visually examined to determine compliance to the contract requirements. The vehicle must be checked for transportation damage and any loss (such as missing spare tire, vehicle jack, antennas, etc.). Vehicles found to have equipment failures, defects, and/or other shortcomings may be accepted subject to correction by the Contractor. Fluid levels and tire pressures will be checked. Additionally, operational checks shall cover all controls, systems and devices, doors, windows, accessories, road testing of the vehicle and compliance with pre-delivery inspection. Motor Vehicle Acceptance: Vehicles shall be complete with all the necessary operating components and accessories customarily furnished the general public with such modification and attachments as may be necessary or specified to enable the vehicle to function reliably and efficiently in sustained operation. Warranty: The warranty provisions are to be the manufacturer's standard warranty. Operation and Maintenance: The Government shall keep and maintain each vehicle in normal operating condition. It shall be responsible for the performance of all service, maintenance and repair (except as covered by the basic manufacturer?s warranty) required for the continued validation of the vehicle warranty. The Government shall furnish all gasoline and oil necessary for the operation of each vehicle, according to the manufacturer's specification, and shall furnish any and all other maintenance or services desired that are not specifically the obligation of the contractor. Tags: The Government shall furnish government tags for all leased vehicles. Closed-End Rental: The responsibility of the Government to the Contractor will include the payment of a firm fixed monthly rental charge for each vehicle with limited mileage (not to exceed 15,000 miles per year) with no adjustment for variation in actual depreciation. In the event the Government exceeds 15,000 miles per year maximum per vehicle, a fixed rate per miles as specified by the Contractor will be paid. Marking of Rental Vehicles: The Government may place nonpermanent markings or decals identifying the using agency on each side and on the front and rear bumpers of any motor vehicle rented under this contract. The Government shall use markings or decals that are removable without damage to the vehicles. Condition of Rental Vehicles: Each vehicle furnished under this contract shall be of good quality and in safe operating condition and shall comply with the Federal Motor Vehicle Safety Standards (49 CFR 571) and state safety regulations applicable to the vehicle. The Government shall accept or reject the vehicles promptly after receipt. If the Government determines that any vehicle furnished is not in compliance with this contract, the Government shall promptly inform the Contractor in writing. If the Contractor fails to replace the vehicle or correct the defects as required by the Government, the Government may: (i) by contract or otherwise, correct the defect or arrange for the rental of a similar vehicle and charge or set off against the Contractor any excess costs occasioned thereby or (ii) terminate the contract under the default clause of the contract. Accidents/Thefts: The Government will notify the Contractor within three days of accident or theft and will arrange for repairs of accident damage, including damage sustained to stolen vehicles during the period prior to recovery. The Contractor will not be required to provide a replacement vehicle during the period the vehicle is out of service. If the vehicle is damaged beyond repair or not recovered within 30 days of the date of the theft, the Contractor will be reimbursed at the residual value of the vehicle. Value shall be 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, provided that the Government?s liability to pay the monthly cost shall cease as of the time of the accident/theft. The accrued rental cost for the month in which the accident/theft occurs shall be determined on a pro rata basis for such month. The Contractor shall provide the Government documentation relating to all monies received from the salvage or other disposition of such vehicles. Recall: The National Traffic and Motor Vehicle Safety Act of 1966 (15 U.S.C. 1402) requires every motor vehicle manufacturer to announce defects related to safety in motor vehicles or motor vehicle equipment it produces. The Government must be notified by certified mail and within reasonable time after the defect is discovered. Liability and Insurance ? Rental Motor Vehicles: a) The Government shall be responsible for loss of or damage to: 1) Rental vehicles, except for (i) normal wear and tear and (ii) loss or damage caused by the negligence of the Contractor or his/her agents or employees. 2) The property of third parties or the injury or death of third parties, if the Government is liable for such loss, damage, injury or death under the Federal Tort Claims Act (28 USC 2671-2680). b) The Contractor shall be liable for and shall indemnify and hold harmless the Government against all actions or claims for loss of or damage to property or the injury or death of persons resulting from the fault, negligence or wrongful act or omission of the contractor or his/her agents or employees. The Contractor shall provide and maintain insurance covering its liabilities under paragraph (b) of this clause in amounts of at least $200,000 per person and $500,000 per occurrence for death or bodily injury and $20,000 per occurrence for property damage or loss. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the interests of the Government shall not be effective (i) for such period as the laws of the state in which this contract is to be performed prescribe or (ii) until 30 days after written notice to the contracting officer, whichever period is longer. The policies shall exclude any claim by the insurer for surrogation against the Government by reason of any payment under the policies. The contractor warrants that the contract price includes no cost for insurance or contingency to cover losses, damage, injury or death for which the Government is responsible under paragraph (a) of this clause. Return of Vehicles: At least 30 days prior to the expiration or termination of this contract, the Government will contact the Contractor to determine whether the vehicle should be returned to the same place where delivery was accomplished or to a destination mutually agreeable to both parties. The Contractor and the Government shall be responsible for performing an appraisal of each vehicle prior to its removal from Government custody and shall furnish to the Government a copy of each appraisal report. The Government will assume full responsibility for reconditioning the vehicles, excluding normal wear and tear as defined below, at its expense. The Government will not be responsible for damage not listed on the appraisal report. Vehicles will be returned to the Contractor for this inspection not later than five days after termination or expiration of the contract period for that vehicle. For purposes 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 used in both rural and metropolitan areas over a period of 12 to 36 months. In any event, the Government's liability for reconditioning vehicles shall be limited to replacement of glass and exterior trim, repair to body damage attributable to collision only and repair of interior damage such as cut, torn or burnt materials, as well as mechanical repairs. Assignment of Claims: In order to prevent confusion and delay in making payment, no claim(s) for all monies due or to become due under this contract shall be assigned by the Contractor. However, it shall be permissible for the Contractor to assign separately to a bank, trust company or other financing institution, including any federal lending agency, in accordance with the provisions of the Assignment of Claims Act of 1940, as amended (31 USC 203 41 USC 15), all monies due or to become due under any particular delivery order amounting to $1,000 or more issued by the Government under this contract. Any such assignment shall be effective only if and when the assignee thereof shall file written notice of the assignment together with a true copy of the instrument of assignment with the officer issuing the delivery order, in addition to complying with the filing requirements set forth in clause 4 of the provision in said act, as amended, subject to reduction or setoff. The quantity for line item one is five each, with delivery point as follows: USDA Forest Service, Sierra Nevada Research Center, Attn: Christine Eckman, 530-759-1700, 2121 2nd Street, Davis, CA 95616-3473. The requested delivery date for line item 1 is May 12, 2003. The quantity for line item two is 4 (four) and the quantity for line item three is 14. The delivery point for line items 2 and 3 is Plumas National Forest, Attn: Dan Hansen or Paula Shaklee at 530-283-5263, 159 Lawrence Street, Quincy, CA 95971-4639. The requested delivery date for line items 2 and 3 is March 10, 2003 Quotations will be evaluated on price and other factors, including: specific features delivery time ,Quotations will be considered for rental. The following FAR clauses apply to this solicitation: 52.212-1 Instruction to Offerors?Commercial Items, 52.212-3 Offeror Representations and Certifications?Commercial Items; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. Note: Offerors must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications?Commercial Items with their quote. This can be obtained at http://arnet.gov/far. Quotes shall include a description of the product offered and the total price for the rental of the t. Quotes are due by COB Feb 21, 2003. at: Contracting; attn: Patrick Linkenhoger; USDA Forest Service, Pacific Southwest region; 800 Buchanan Street, West Building, Albany, CA 94710. FAX quotes will be accepted at 510-559-6440. Contact Patrick Linkenhoger at 510-559-6374 for more information regarding this solicitation..
 
Record
SN00258843-W 20030215/030213213337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.