MODIFICATION
M -- Operate and Maintain POV Storage Area
- Notice Date
- 6/8/2007
- Notice Type
- Modification
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-07-R-0012
- Response Due
- 6/20/2007
- Archive Date
- 8/19/2007
- Point of Contact
- shirley.banks, 270-798-7857
- E-Mail Address
-
ACA, Fort Campbell
(shirley.banks@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Responses to questions received from interested participants and our responses follow (responses are in bold text following the questons): a. Is a company currently providing the services now? If so, can you provide the name and the current contract price? The incumbent contractor SWR, Inc., Troy, Alabama. Current contract price is $597,397.50 for a base period of one year and a 12 -months option period. b. Will the Government provide the shuttle bus, and fuel for the shuttle bus? Yes, PWS Paragraph C.3.4.3 is added to read: C.3.4.3 Shuttle bus and fuel for the shuttle bus. c. Are the vehicles stored on the Government property or the contractor has to obtain the property? Vehicles (all POVs) are stored on Government property at Fort Campbell. See PWS Paragraph C.3.2. d. Will the Government provide equipment, computers, printers, etc. or is that provided by the contractor? The Government will provide equipment. See PWS Paragraph C.3.4.1. e. Is this subject to the SCA? Yes, see Wage Determination attached to the solicitation. 2. Fill-in text for the provision at FAR 52.212-2 Evaluation-Commercial Items is changed to read, Technical (Experience and Past Performance with same or similar service requirements) and Price are the evaluation criteria in Paragraph (a). Price is slig htly more important than Technical (Experience and Past Performance); Experience and Past Performance) are equal in importance. 3. Manpower Reporting Requirement is added to the solicitation as follows: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL cont ractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; 2) Contract number, including task and delivery order number; 3) Beginning and ending dates covered by reporting period; 4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 5) Estimated direct labor hours (including subcontractors); 6) Estimated direct labor dollars paid this reporting period (including subcontractors); 7) Total payments (including subcontractors); 8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); 9) Estimated data collection cost; 10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); 11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; 12) Presence of deployment or contingency contract language; and 13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each govern ment fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contr actors systems to the secure website without the need for separate data entr ies for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 4. Mobilization and Other Contingency Planning requirement is added to read: MOBILIZATION AND OTHER CONTINGENCY PLANNING (a) The attention of the Contractor is invited to the FAR Clause 52.212-4 Contract Terms and ConditionsCommercial Items. Paragraph (c), Changes, of this clause permits the Contracting Officer to make changes within the general scope of the contract to include the definition of services and place and time of performance. (b) Among the circumstances in which the provisions of this clause may be invoked are general or limited mobilization, requirements or any quick response support requirements which impact on contract performance. Should any of these eventualities oc cur, the Contractor shall take whatever measures are needed to meet the demands. The start and completion times of these actions shall be determined by the Contracting Officer. (c) To insure that Government operations, which depend upon the services provided hereunder can proceed with no or only minimal disruption, the Contractor shall, during the life of this contract, anticipate the possibility of these support requiremen ts and the steps it will need to take to rapidly expand the contract capabilities to meet the exigency. (End of clause) 5. PWS is revised as follows: a. Paragraph C.5.7.2 is changed to read, The Contractor shall not be responsible for mechanical breakdown or deterioration of POVs in his custody during storage periods. Also see Paragraph C.5.2.2. b. Paragraph C.5.8.5 is added to read, Grounds, facilities, and equipment maintenance. The contractor shall ensure the storage lot and inspection areas are free of trash, large weeds, and that trash cans are emptied. Office areas will be kept clea n. Equipment will be serviced, as required and inoperative items will be reported to the COR. c. Paragraph C.5.8.6 is added to read, Reports. The contractor shall provide a monthly status report with the following information: beginning balance, number of POVs handled-in, number of POVs handled out, number of POVs that required service (ti re inflation, drip pan, etc.), ending balance. 6. Performance Assessment Plan is attached and will be incorporated into the solicitation and resulting contract. 7. A site visit will be conducted on 13 June 2007 at 10:00 P.M. CT. Participants are required to register for this site visit by contacting Ms. Fletcher-Schiewe, 270-798-3441, linda.j.fletcherschiewe@us.army.mil. Participants will meet at the agency add ress shown above. Offers may be faxed submitted in hard copy to theagency address shown above, e-mailed to Ms. Fletcher-Schiewe, linda.j.fletcherschiewe@us.army.mil, or faxed to 270-798-7548. Offers must be received NLT 20 June 2007, 4:00 P.M. CT. Late offers will not be considered and will be rejected. Original Point of Contact June Fletcher-Schiewe, 270-798-3441, e-mail linda.j.fletcherschiewe@us.army.mil. Current Point of Contact June Fletcher-Schiewe, 270-798-3441, e-mail linda.j.fletcherschiewe@us.army.mil. PERFORMANCE ASSESSMENT PLAN This performance assessment plan is designed to measure the effectiveness of the contractors performance. This plan provides for evaluating all contract requirements through a combination of methods. These methods are: a. Site visits. b. Observation. c. Customer Feedback. d. Review of Contractors Records. e. Checklist (attached). The objective of a performance assessment plan is to evaluate how the Contractor is performing in key areas. Primary interest is the final product or service the Contractor is providing and not in the details of how he is doing it. The principal methods of evaluation will be observation and review of records. Performance Objective Performance Standar d Method of Surveillance Operate & maintain POV Storage Facility Service must be provided 0700-1900, seven days a week during surge period and 0730-1600, five days a week during non-surge periods (excluding holidays). Site VisitsCustomer FeedbackObservation Checklist Handling-in service Ensure POVs are: accurately inspected, inventoried, and properly documented; battery disconnected; vehicle and keys secured; file prepared with documentation; input to database within 48 hours. Site VisitsCustomer FeedbackObservation Checklist Maintain physical security and key control Ensure areas are secure and keys are properly accounted for at all times. Site VisitsObservationReview of contractor records Checklist Performance Objective Performance Standard Method of Surveillance Maintain grounds, facilities, and equipment Ensure grounds, facilities, and equipment is properly maintained. Site VisitsObservationChecklist Deliver required reports Ensure all reports are accurate and submitted on time. Review of reports and records Perform services of stored POV Inspect all vehicles every 30 days; maintain tire pressure and battery fluid level; maintain battery charge of specific POVs; document inspection and discrepancies. Site VisitsObservationReview of reports and recordsChecklis t Handling-out service Ensure POVs are: prepared for delivery; accurately inspected, inventoried, and properly documented; input delivery to database within 48 hours. Site VisitsCustomer FeedbackObservation Checklist Provide on-call 24/7 service Respond within 2 hours of notification to handle-in and handle-out POVs. Site VisitsCustomer FeedbackObservation Environmental compliance Comply with federal, state, and local environment laws and regulations. Site VisitsCustomer FeedbackObservation Checklist Performance information will be documented and captured during assessment and evaluation and later used as past performance information. The Government reserves the right to inspect any/all work performed by the contractor. POV Storage Facility Checklist _______________________ (date) MET NOT MET Operate & maintain POV Storage Facility IAW Fort Campbell SOP and directives Perform handling-in service of POVs Inspection Inventory Documentation Prepare POVs for storage Database input Physical security and key control Storage Lot gate JI Line Road gate Office Key control Operate and maintain grounds, facilities, and equipment Property/equipment accountability Equipment operational and maintained Facilities maintained Perform services of stored POVs Vehicles inspected every 30 days Tire pressure maintained Battery fluid level maintained Battery charged (specific vehicles) Inspection and discrepancies documented Perform handling-out service of POVs Inspection Inventory Documentation Prepare POVs for storage Database input Environmental compliance Drip pans utilized and emptied Spills contained and properly cleaned up Delivery of required reports COMMENTS: ___________________________________________________________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABK/DABK09/W91248-07-R-0012/listing.html)
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 ? & Indiana Streets Fort Campbell KY
- Zip Code: 42223-1100
- Country: US
- Zip Code: 42223-1100
- Record
- SN01314650-F 20070610/070608232007 (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 |