SOLICITATION NOTICE
W -- Rental of 45-passenger buses for Fort McCoy, WI.
- Notice Date
- 2/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5000
- Solicitation Number
- W911SA-04-T-0012
- Response Due
- 3/3/2004
- Archive Date
- 5/2/2004
- Point of Contact
- Kris Murray, 608-388-2702
- E-Mail Address
-
ACA, Fort McCoy
(kris.murray@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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-04-T-0012 is issued as a request for quotation (RFQ). This solicitation is competed unrestricted under NAICS 532112 with the small business size standard $21.5 million. The requirement is for rental of 45-passenger buses for Fort McCoy, WI in strict accordance with the performance work statement (PWS) and other terms and conditions contained herein. The resultant action from this solicitation will be a Blanket Purchase A greement (BPA) which shall be effective for a 4-year period, on or about 22 Mar 04 through 21 Mar 08. The government intends to award a BPA to the offer that satisfies the governments requirement (in terms of quantity of buses available), in strict accord ance with the PWS and terms and conditions contained herein, at the most favorable monthly rental price. If it is deemed in the governments interest, more than one BPA may be awarded. Payment will be made by Government Commercial Credit Card (Visa). Cont ractor will be responsible for all transaction costs associated with payment by credit card. CLIN 0001, 45-PASSENGER BUS RENTAL, MONTHLY RATE. The government intends to rent 25 each buses for a 6-month period ending 30 Sep 04. After this 6-month period, the governments requirements are unknown. The government is not obligated to order the quant ities shown. The government is also not obligated to order during the time frames shown. The government is obligated to pay for the actual amounts ordered/received for the actual rental period. CLIN 0002, 45-PASSENGER BUS RENTAL, WEEKLY RATE. The govern ment does not intend to rent in weekly increments. However, in the event a vehicle is rented for less than a 1 month increment, a weekly rate may be assessed. The government is obligated to pay for the actual amounts ordered/received for the actual rental period. CLIN 0003, 45-PASSENGER BUS RENTAL, DAILY RATE. The government does not intend to rent in daily increments. However, in the event a vehicle is rented for less than a 1 month increment, a daily rate may be assessed. The government is obligated to p ay for the actual amounts ordered/received for the actual rental period. CLIN 0004, MILEAGE CHARGE, PER MILE, IN EXCESS OF 3,000 MILES PER MONTH (IF RENTED IN MONTHLY INCREMENTS), IN EXCESS OF 700 MILES PER WEEK (IF RENTED IN WEEKLY INCREMENTS), IN EXCESS OF 100 MILES PER DAY (IF RENTED IN DAILY INCREMENTS). VENDORS ARE REQUIRED TO PROVIDE THE QUANTITY OF 45-PASSENGER BUSES AVAILABLE FOR RENTAL BEGINNING 22 MAR 04. PERFORMANCE WORK STATEMENT, VEHICLE LEASE SECTION 1 GENERAL 1.1 SCOPE OF WORK. Fort McCoy, WI requires to lease vehicles with mileage per month limited to 3,000 miles on paved roads. The intended use of the vehicles will be to transport personnel locally within a 50 mile radius. However, the government may use the vehicles to transport personnel outside of a 50 mile radius if circumstances warrant. The contractor shall provide safe, operable vehicles and services in accordance with this contract. The contractor shall provide delivery and pick-up from Fort McCo y at the onset and expiration of the rental period. 1.2 POINTS OF CONTACT. The contractor shall provide points of contact (POCs) within the company to interface with the contracting representative on issues concerning leased vehicles. The Contractor shall provide the names, business address, function (e. g., contract manager, accounts receivable, etc.), phone numbers, normal hours of operations, and the method to contact to the contract manager outside normal business hours (24 hours a day). SECTION 2 DEFINITIONS 2.1 TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. 2.1.1 Acceptance i nspection: An inspection shall be performed on all vehicles and equipment before placing them in service. Discrepancies must be fixed before putting the vehicle in service, if use of the vehicle would aggravate the problem or if the discrepancy creates a safety hazard. 2.1.2 Accident 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. 2.1.3 Disabled vehicle: A damaged, worn out, or malfunctioning vehicle. 2.1.4 Fair wear and tear: The deterioration of items attributed to normal usage. 2.1.5 Scheduled maintenance: Periodic prescribed inspections or servicing of equipment accomplished on a calendar, mileage, or hours-of-operation basis. 2.1.6 Unscheduled maintenance: Maintenance that is not scheduled but is required to correct deficiencies and to restore the vehicle or equipment to a serviceable condition. SECTION 3 GOVERNMENT FURNISHED ITEMS AND SERVICES 3.1 GENERAL. 3.1.1 Operator care. The Government operator will be responsible for operator care (e.g., checking fluids, tire pressure, lights, etc.) If any discrepancies are found, the contractor is responsible for correcting problems. 3.1.2 Fuel. The Government is responsible for supplying the fuel used in the rental vehicle. SECTION 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 GENERAL. The contractor shall provide specified vehicles and all services required to keep the vehicles in a safe, operational condition. Vehicles will be delivered within the time frame ordered under this agreement and must meet the minimum accepta nce inspection criteria provided herein. Failure to pass acceptance inspection in the timeframe specified may result in a monetary penalty. 4.1.1 Insurance. The contractor will provide insurance IAW FAR 52.228-8 Liability and Insurance Leased Motor Vehicles. 4.2 VEHICLES. The following minimum criteria shall be met at the time of vehicle inspection: 4.2.1 Condition. Both the exterior and the interior of the vehicles must be free of excessive soil, rust, and damage. 4.2.2 Safety items. Each vehicle must comply with Federal Motor Vehicle Safety Standards (49 CFR 571), and State and local safety and environmental standards. 4.3 SERVICES. The contractor shall provide the following services: 4.3.1 Maintenance. The contractor shall perform both scheduled and unscheduled maintenance at a facility he/she designates. The contractor will provide all parts, labor, and expertise necessary to complete required maintenance tasks. Tasks include oil changes, motor tune-ups, repair of flat tires, manufacturer recalls, and all other functions necessary to maintain vehicles in good operational condition. Parts include those items that must be replaced due to fair wear and tear such as windshield wipers, tires, headlamps, filters, fluids, and lubricants. The contractor is responsible for pick up of vehicles from Fort McCoy for both scheduled and unscheduled maintenance, and return of vehicles to Fort McCoy upon completion. The cost of parts and labor fo r maintenance on damages resulting from operator negligence may be submitted through the Contracting Officer as a claim for consideration for payment. 4.3.2 Recovery. Upon proper notification, the contractor will recover disabled vehicles. The contractor shall respond to a trouble call within one hour of notification. If repairs cannot be made within 24 hours of notification, an equal replacement veh icle shall be provided to the Government at no additional cost. Telephone calls for repairs(s) or required maintenance shall be via a toll-free National Service line (1-800, 1-888, or 1-877) at the contractors expense or via contractors acceptance of coll ect calls 24 hours per day to ensure service at any time or place. 4.3.3 Replacements. Replacements shall be provided for all vehicles that are out of commission within twenty-four hours . If no re placement vehicle is provided, the contractor shall be only paid for actual time of usage (see FAR 52.208-4 Vehicle Lease Payments). MARKET REVIEW: In accordance with FAR 13.303-6(b)(2) the Contract Administrator shall maintain awareness of changes in market conditions, sources of supply, and other pertinent factors that may warrant making new arrangements with different suppliers or mo difying existing arrangements. FAR 13.303-6 allows the contractor to request price adjustments based on changes in market conditions or other warranted factors, and shall be negotiated with the contracting office. Such a price change shall be with the mutu al agreement of both parties. If a price adjustment is warranted, the contracting office will issue a modification to the agreement. EXTENT OF OBLIGATIONS: The government is obligated only to the extent of authorized purchases actually made against this blanket purchase agreement. DELIVERY TICKETS: All deliveries under this agreement shall be accompanied by delivery tickets or sales slips which will contain the following minimum information : a. Name of contractor b. Blanket Purchase Agreement number c. Date of purchase d. Purchase number e. Itemized list of supplies (vehicles) furnished and applicable rental period f. Quantity, unit price and extension of each item less applicable discount g. Date of delivery. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-19. FAR and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 5 2.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.208-4 Vehicle Lease Payments. 52.208-5 Condition Of Leased Vehicle s. 52.208-6 Marking Of Leased Vehicles. 52.208-7 Tagging Of Leased Vehicles. 52.212-5 Contract Terms And Conditions Required To Implement S tatutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisitio n: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-21 Prohi bition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employ ment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-36 Payment by Third Party. 52.217-8 Option to Extend Services. 52.228-8 Liability And Insurance -Leased Motor Vehicles. 52.252-2 Clauses Incorporated By Reference. 252.212-7000 Offerorâs Representations and Certifications Commercial Items. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the folowing DFARS clauses by reference: 52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.243-7002 Req uests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs. The following LOCAL CLAUSES are incorporated into this solicitation: 52.000-4055 Year 2000 Compliance; 52.000-4057 Payment By Government Commercial Credit Card; 52.000-4000 Alternate Disputes Resolution; 52.000-4063 Contractor Performance Information. Contractors may request a copy of the local clauses in full text. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quo te form, letterhead, e tc.) and MUST INCLUDE THE FOLLOWING INFORMATION: solicitation number (W911SA-04-T-0012), offerors complete mailing and remittance address, discount terms, unit prices per CLIN, offerors DUNS #, Cage code, completed 52.212-3 Alt I, co mpleted 252.212-7000, and QUANTITY OF 45-PASSENGER BUSES AVAILABLE FOR RENTAL BEGINNING 22 MAR 04. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 on 3 Mar 04. POC for additi onal information: Contracting Officer, Kris Murray, 608-388-2702, fax 608-388-7080, email kris.murray@us.army.mil or Contract Specialist, Ginger Edgerton, 608-388-3109, fax 608-388-7080, email ginger.edgerton@emh2.mccoy.army.mil.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ27/W911SA-04-T-0012/listing.html)
- Place of Performance
- Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
- Zip Code: 54656-5153
- Country: US
- Zip Code: 54656-5153
- Record
- SN00524744-F 20040220/040218225442 (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 |