Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2008 FBO #2389
SOLICITATION NOTICE

23 -- Personnel Vehicular Support For The Logistics Assistance Program At The National Training Center, Fort Irwin, CA.

Notice Date
6/9/2008
 
Notice Type
Presolicitation
 
NAICS
532112 — Passenger Car Leasing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08R0133
 
Response Due
6/24/2008
 
Archive Date
8/23/2008
 
Point of Contact
steven.fasko, 309-782-4981
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Contract for Logistics Assistance Program (LAP) Personnel Vehicular Support - National Training Center (NTC) C.1.0 SCOPE. The contractor shall provide, by lease or rental, eight (8), 4x4, half ton, four door model pickup truck commercial-type vehicles gasoline powered only for the exclusive use of the United States Army Material Command (USAMC) LAP (Logistics Assistance Program) personnel who support unit rotational training at the National Training Center (NTC), Fort Irwin, CA. The vehicles must be available for pick up and return 24 hours per day, seven days a week. The Government reserves the right to increase or decrease the number of vehicles required for each option year but not more than 12 vehicles or less than seven. Prior to exercising the option performance period, the Government will identify the number of vehicles required for that specific option year. C.2.0 BACKGROUND. The mission emanates from the USAMC Logistics Assistance Program requirement to provide vehicular support to USAMC LAP personnel who support their deploying units undergoing rotational training at the NTC. Off-Road 4x4 commercial type vehicles are necessary to effectively and efficiently accomplish the support mission. The USAMC Logistic Assistance Division Chiefs and AMC-Forward Commanders agree that seven is the minimum number for performance of the mission. The Government requires 4x4, half ton; four door model pickup to fill this vehicular requirement. C.3.0. REQUIREMENTS C.3.1 Number and Type Vehicles Required. Eight (8), 4x4, half ton, four door model pickup, gasoline powered only commercial type with standard accessory package that includes Power Steering, Power Brakes, Automatic Transmission and Air Conditioning. The vehicles must be of 4-door design capable of seating two adults in front and 3 adults in the rear passenger seats. C.3.2 Special Vehicle Requirements. V6/V8 Engine gasoline powered with Heavy Duty Suspension; skid plates to protect the under carriage; and Heavy Duty all terrain 6 ply tires for Cross-Country travel with varying terrain conditions from hard pack dirt to asphalt. Vehicles must travel over rough desert terrain, off road hard surfaced roads. Lease to include the standard maintenance package, which includes such things as, scheduled services, tire replacement if necessary, and repair of flat tires. Spare tire for each vehicle will match the manufacturers equipped tires. Vehicles must be of recent model and no more than 2/3 years in service. Vehicles must be in excellent condition and must be replaced if continuous problems occur. Vehicles must be new or of low mileage when placed on contract. Color must white, Gray and/or Silver, Tan and/or light brown, is required; vehicles can not be two-toned, metallic or have any reflective or distinctive makings. All other colored vehicles are prohibited from entering the NTC training areas; therefore, unacceptable. C.3.3 Location of Vehicle Requirements. All vehicles are to be kept at the Las Vegas (McCarran) International Airport or close proximity to the airport to facilitate a 30 minute maximum travel time to vehicle rental location. C.3.4 Vehicle Distribution. Breakout of the eight (8) vehicles by USAMC Life Cycle Management Commands is: Aviation and Missile Command (AM-LCMC) - one, Communications and Electronics Command (CE-LCMC) - four, Tank automotive Armament Command (TA-LCMC) - two, AMC-ASC-LAP Dir one. The Contracting Officers Representative (COR) will be responsible for ensuring the contractor is informed of the names of the individuals authorized to sign for the vehicles. The contractor will ensure that only authorized personnel with a valid state drivers license sign for the vehicles. The rental contract/lease agreement between Car Rental Agency and the Government Employee indicated as authorized driver by the COR will be reflected as the primary driver/lease holder(s), on the lease agreement. The remarks block of the lease agreement provided to the government employee Logistic Assistance Representative (LAR) will contain the following: COR and COTR name and contact information and the government contract number. C.3.5 Personnel Pick-Up and Drop-Off Service. The contractor shall provide pick-up and drop-off service to LAP personnel within a maximum of 30 minutes of notification of their arrival at Las Vegas McCarran International Airport. Drop-Off service to the McCarran International Airport will be provided to the LAP personnel once the vehicles are turned in to the contractors facility and administrative processing has been completed. C.3.6 Vehicle Mileage. The Government expected usage is 4500 miles per month per vehicle. C.3.6.1 The Government requires unlimited mileage for each vehicle. C.4.0 SPECIAL PROVISIONS/REQUIREMENTS C.4.1 Fuel. Vehicles will be full of fuel when picked up by the Government employee. Refueling of vehicle upon return will be charged at prevailing rate against a separate CLIN monthly. C.4.2 Vehicle Availability. The contractor shall arrange for the vehicles to be available for use 24 hours per day, seven days a week. The contractor shall provide all vehicles, parts and labor required to furnish vehicles for use by the authorized AMC LAP personnel. Cross leveling of vehicles is authorized per the CORs discretion and direction to the contractor/leasing agency. C.4.3 Exclusive Use. The eight (8) 4x4, half ton, four door model pickup commercial type vehicles will be for the exclusive use of our authorized USAMC LAP personnel. C.4.4 License Plates. The contractor shall ensure that all vehicle registrations and license plates registered to the contractor are maintained for all vehicles. C.4.5 The contractor shall clean the interior and exterior of the vehicle prior to each vehicle issue. Cleaning shall be to commonly accepted commercial standards for rental vehicles. C.5.0 INSPECTIONS C.5.1 Joint Inspection. A joint inspection between the contractor and the Government representative (LAP personnel) shall be accomplished at each pick up and drop off of all vehicles. The contractor shall be responsible for annotating all damages at the time of the joint inspection on a vehicle checklist provided by the contractor. A copy of the inspection report shall be furnished to the Government representative upon completion of the joint inspection, a copy will be forwarded the contracting officer at the end of each billing cycle with the billing invoices. The contractor will ensure all names/titles on the inspection forms are legible. The Government will not be responsible for any damages incurred after the final joint inspection has been accomplished. C.5.2 Vehicle Orientation. The contractor shall be responsible for providing each operator with vehicle orientation at the time of pick up (or delivery) before the vehicle is released to the operator. Orientation will include, but is not limited to location/operation of wiper switch, light switch, air conditioning, heater switches/controls and four-wheel drive operations. C.6.0 ACCIDENTS OR REPAIRS C.6.1.1 Accident(s) and other than fair wear and tear. In the event of an accident or if repairs become necessary the Government will immediately notify the contractor and request a replacement vehicle. The replacement must be the same type of vehicle as that which is replaced and must meet the same minimum criteria outlined in paragraph C.3.1, C.3.2, and C.3.3 above. C.6.1.2 Fair Wear and Tear. The contractor shall, as a minimum maintain the vehicles to standards outlined in the manufacturers operations and maintenance manual. Normal maintenance and items such as breaks, tires and wiper blades that wear out are expected to be replaced by the contractor at the appropriate time at no additional cost to the government. Fair wear and tear shall also include windshield repair and replacement, and any cost of such repairs or replacement to the windshield shall not be the responsibility of the Government. C.6.2 Replacement Vehicles. The contractor shall deliver a replacement vehicle to the operator within a 300 mile radius at no cost to the government. The delivery will be to a public road or on a government base (COTR will need to be contacted for entry). The replacement vehicle must be provided to the operator within six hours of notification. Mileage past the 300 mile radius will be the prevailing Government mileage rate. The contractor may chose to repair the vehicle at the site of breakdown, but the repair must be finished within six hours of the contractor arriving at the site. If the repair cannot be accomplished within six hours then a substitute vehicle of equal or greater standard of original vehicle shall be provided at no cost to the Government. The government operator will change a flat tire with the spare provided. In case of a breakdown where an emergency situation may arise the operator will call for a commercial tow at government cost. C.7.0 CLAIMS. C.7.1.1 Claims. All claims occurring from damages to vehicles shall be filed with the Contracting Officer within ten (10) days of returned vehicle; a copy of the joint inspection form will be included in the report provided to the COR. The contractor shall submit an estimate from an automotive repair shop, other than the contractors own shop, that is normally engaged on a regular basis in the type of repair required. The Government reserves the right to request a second estimate for repair from a different repair shop should it is deemed necessary to exercise that right. The Government may select which of the two estimates for repair shall be used and its liability shall be limited to the estimate selected. Any expense in obtaining the estimates shall be paid by the contractor without any expense to the Government. The Government shall not be held liable for fair wear and tear. In the event a vehicle is damaged so severely that the repair cost exceeds the wholesale book value of the vehicle, the Governments Maximum liability shall be limited to the wholesale book value of the vehicle. C.8.0 INSURANCE C.8.1 INSURANCE. The Government is liable to the car rental agency for the lesser of the amount of its insurance deductible amount or for the cost of the repairs to a vehicle properly rented and damaged in the performance of its official business. C.9.0 RESERVED POINT OF CONTACT: Steven Fasko, Contract Specialist (309)782-4981, steven.fasko@us.army.mil or Richard Lee, Contracting Officer (309)782-5799, richard.j.lee@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=758527eda39a87b4322cd1d147428564&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
 
Record
SN01589410-W 20080611/080609215906-758527eda39a87b4322cd1d147428564 (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 |
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.