Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

W -- LEASE OF BUCKET TRUCKS

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0134
 
Response Due
5/26/2010
 
Archive Date
6/10/2010
 
Point of Contact
NANCY PETERSON 910-451-3095 MARY L. WILLIAMS910-451-3016
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700110Q0134 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 532490 and the small business size standard is $7M. CLIN #0001:LEASE OF AERIAL BUCKET TRUCK, 4 X 4 WITH 40' LIFT, CHASSIS CONFIRGURATION TO SUPPORT THE BOOM, REQUIRES TOOL BOXES ON THE SIDE, ALSO REQUIRES HYDRAULIC STABILIZERS, LEASE PERIOD IS FOR 12 MONTHS AFTER DATE OF AWARD, QUANTITY: 2 EACH. SEE ATTACHMENT FOR STATEMENT OF WORK. The items are required in support of Public Works, Marine Corps Base, Camp Lejeune, NC 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons, FAR 52-223-6 Drug-Free Workplace, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.233-1 Disputes, FAR 52.23! 3-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim;, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, DFARS 252.225-7001 Buy American Act; clauses incorporated in full text: FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.217-8 Option to Extend Services, FAR 52.219-1 Small Business Program Representations, FAR 52.228-8 Liability and Insurance-Leased Motor Vehicles, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2 Clauses Incorporated by Reference, 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement! Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Quotes shall be evaluated based on LPTA (lowest price technically acceptable). Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is 26 May, 2010 at 1600 (4:00 pm EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to nancy.peterson@usmc.mil or fax to (910) 451-2332. STATEMENT OF WORKVEHICLE LEASE Lease of two (2) bucket trucks, 4 X 4, with 40' lift, chassis configuration to support the boom, hydraulic stabilizers, requires tool boxes on the side. Period of performance is 12 months after date of award. Invoicing to be done on a monthly basis. MONTHLY LEASE COST PER VEHICLE: $____________________ C1 SCOPE OF WORK. The Contractor shall furnish all personnel, management, transportation, materials, parts, supplies, and equipment required to accomplish deliveries and performance as defined in this contract. C1.1 HOURS OF OPERATION. All contract deliveries and performance shall be accomplished during regular work hours (8:00 a.m. to 4:00 p.m., Monday through Friday) except federal holidays observed by this base. C1.2 OBSERVED HOLIDAYS. C1.2.1 For the purposes of scheduling, the contractor is hereby advised that the Government Installation will observe the following legal holidays. The contractor is further advised that access to the Government Installation may be restricted on these legal holidays. In the event any of the below legal holidays occur on a Saturday or Sunday, then the legal holiday shall be observed in accordance with the practices of the Government Installation. For planning purposes, the contractor may contact Patricia McClellan @ (910) 451-8693 for the holiday practices. HolidayObservanceNew Years Day1 JanuaryMartin Luther King Jr. Birthday3rd Monday in JanuaryPresident's Day3rd Monday in FebruaryMemorial DayLast Monday in MayIndependence Day4th of JulyLabor Day1st Monday in SeptemberColumbus Day2nd Monday in OctoberVeteran's Day11 NovemberThanksgiving Day4th Thursday in NovemberChristmas Day25 December C1.2.2When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a holiday by U. S. Government agencies. C1.3INDEMNITY. The Contractor hereby agrees to indemnify and hold harmless the United States of America and its agents from any suits, fines, actions, claims, debts, demands, judgments, liabilities, costs and expenses, including but not limited to attorney's fees or court costs, which the United States of America and its agents may become obligated to defend and/or pay, (i) as a result of ground or water pollution, sustained or suffered because of or by reason of any action or inaction by Contractor, his agents, servants, and employees, in connection with Contractor's performance under this contract, or (ii) as a result of any loss of or damage to property or injury to or death of any person whatsoever, sustained or suffered because of or by reason of any action or inaction by Contractor, his agents, servants, and employees, in connection with Contractor's performance under this contract, or (iii) as a result of alleged pollution, damage, or injury, sustained or suffered b! ecause of or by reason of any action or inaction by Contractor, his agents, servants, and employees, in connection with Contractor's performance under this contract. SECTION C2 - GOVERNMENT FURNISHED PROPERTY AND SERVICES C2.1GENERAL. The Government will provide, without cost, the property, facilities, equipment, materials, and/or services as listed: C2.2FUEL. The using activity will be responsible for furnishing all fuel necessary for the operation of each vehicle according to the manufacturer's specification. C2.3REPAIRS COVERED BY MANUFACTURER'S WARRANTY. Warranty repairs will be referred to an authorized repair center by the Contractor (Contractor shall provide list of authorized repair centers). Activities will be responsible for arranging delivery of vehicle(s) to the repair center for warranty repairs. Upon notification that repairs have been completed, the using activity will pick up the vehicle(s) within two (2) work hours. C2.4LEASE RATE. The Government will pay a firm-fixed monthly lease rate with no adjustment for variation in actual depreciation. C2.5TAGS. The Government is responsible for issuing DOD tags. State tags are not required. C2.6VEHICLE ACCIDENTS/THEFTS/DAMAGES. The Government will notify the Contractor of an accident, theft or malicious damage within three (3) work days. A separate purchase order will be issued to pay for damage, if the government is at fault. When the vehicle(s) is damaged beyond repair or stolen and not recovered within five (5) work days after notification by the Government, the Contractor shall provide a replacement vehicle(s) within 14 calendar days. If a vehicle is damaged beyond repair or not recovered within thirty (30) calendar days after the date of the theft, the Contractor will be reimbursed at the vehicle's residual value. The vehicle's residual value will be an average of the wholesale and retail price shown in the NADA Used Car Book in effect at the time of the accident or theft. The vehicle's residual value will be considered full satisfaction of any and all liabilities under this contract. The Contractor shall provide the Government documentation relating to all monies received from the salvage or other disposition of such vehicle(s). C2.7RETURN OF VEHICLES. (a) Upon expiration or termination of this contract, the vehicles will be available for pickup at Bldg. 1504, Base Motor Transportation Office, MCB, CLNC. The Base Motor Transportation Office will provide 5 days prior notification of actions to be taken to return vehicles to the contractor. (b) 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 for up to three (3) years. The Government will not be liable for any holes drilled to accommodate Government owned tool boxes, bins, communication radios, mobile phones, ladder racks, and trailer hitches as defined in this contract, unless, any holes drilled are not in accordance with Contractor instructions (See section C3.12). In any event, the Government's liability for reconditioning vehicles shall be limited to (1) replacement of glass and exterior trim, (2) repair of interior damage such as cut, torn or burnt materials, and (3) repair to body damage attributable to collision only. A separate purchase order will be issued for payment of such items. (c) Within five (5) work days of termination or expiration of this contract, the Contractor and a Government representative from the Base Motor Transport Office shall conduct a joint appraisal of the vehicles. The Government will receive a copy of the appraisal report and make a determination whether to pay for any damages noted on the appraisal. If the Contractor does not agree with the determination, refer to the contract clause 52.212-4(d) entitled "Disputes". (d) The Contractor shall pick up vehicles within fifteen (15) work days after the vehicles have been appraised. The Government will not be responsible for vehicles not removed from the base after fifteen (15) work days. (e)Disposal of the vehicles is the responsibility of the Contractor and all costs associated with the disposal shall be borne by the Contractor. SECTION C3 - CONTRACTOR FURNISHED ITEMS AND SERVICES C3GENERAL. Except those items or services specifically stated to be Government furnished, the Contractor shall furnish everything required to perform contract services as defined in this contract. C3.1VEHICLES. The Contractor shall furnish current year lease vehicles within 8 weeks after receipt of oral, telephonic or delivery order. All vehicles shall not have more than 500 miles at time of delivery. Note all 4 x 4 vehicles will be utilized in rough terrain. C3.2SCHEDULED MAINTENANCE SERVICES. The Contractor shall be responsible for having vehicles serviced at intervals necessary to comply with the manufacturer's prescribed specifications and applicable Government regulations and directives. The cost for labor and items necessary to perform scheduled maintenance services that are not covered under vehicle's warranty, shall be borne by the Contractor. Scheduled maintenance service will require the furnishing of items such as: oil and air filters, lubricants and fluids, wiper blades, state vehicle inspections, tire rotation and balancing, wheel alignment, brake pads and linings, clutch linings, engine tune-up, towing and tires that are not covered under vehicle warranty. C3.3REPAIRS NOT COVERED BY MANUFACTURER'S WARRANTY. The Contractor shall be responsible for all repairs to leased vehicles that are not covered by the manufacturer's warranty. C3.4SPARE WHEELS, TIRES, AND JACKS. The Contractor shall furnish with each vehicle a minimum of one (1) spare wheel with tire (compact or regular size, whichever is applicable), one (1) jack (unless more than one is required), one (1) lug wrench, and any other tools required for changing tires. C3.5OWNER/OPERATOR MANUALS. All vehicles shall contain a set of owner/operator manuals. C3.6PREDELIVERY INSPECTION AND SERVICING. Prior to the delivery and acceptance of vehicle(s) by the government, the Contractor shall perform final predelivery inspection and service. The pre-delivery servicing shall be performed in accordance with the vehicle manufacturer's prescribed specifications. A signed verification copy shall be furnished within the vehicle(s). The Government reserves the right to perform any inspections deemed necessary to assure that vehicles and vehicle items conform to contract requirements. C3.7LOADTESTING CERTIFICATION. Prior to delivery of the vehicles to the Government, the Contractor shall perform load testing requirements on the vehicles. Proper certification of load testing must be presented at time of delivery to Base Motor Transport. C3.8STATE INSPECTION STICKER. The Contractor shall be responsible for the initial North Carolina state inspection sticker when the vehicle is delivered, and any renewal required during the term of the contract. C3.9CONTRACTOR IDENTIFICATION MARKING. The Contractor shall not affix any decals, plates, logos, or other Contractor identification to the vehicle(s). C3.10STATE AND LOCAL TAXES AND FEES. The Contractor shall be responsible for any state and local taxes, i.e. personal property, and titling taxes or fees. C3.11CERTIFICATION OF MINIMUM INSURANCE COVERAGE. The successful offeror shall furnish to the CONTRACT ADMINISTRATOR a certificate of insurance as evidence of the existence of insurance coverage not less than the amounts specified in Section I, FAR 52.228-8, Liability and Insurance-Leased Motor Vehicles. NOTE: ALL CERTIFICATES OF INSURANCE FORWARDED TO THE CONTRACT ADMINISTRATOR MUST BE IDENTIFIED BY THE APPLICABLE CONTRACT NUMBER. C3.12GOVERNMENT OWNED EQUIPMENT. The Government reserves the right to bore holes or make other accommodations whenever necessary to install Government-owned tool boxes (up to 6 holes per box), bins (up to 4 holes per bin), communication radios (up to 8 holes per radio), mobile telephones (up to 8 holes per telephone), ladder racks (holes are normally provided for ladder racks), and trailer hitches (HD step bumpers shall have holes ready for trailer hitches). The Contractor shall provide instructions for each vehicle describing how to install Government-owned equipment. When the Government installs Government-owned equipment per the Contractor's instructions, the Government will not be responsible for damages to the vehicle as a result of the installation. C3.13REQUIRED DOCUMENTS AND REPORTS. The Contractor shall furnish the following document and reports: (1) Signed predelivery inspection and servicing (Section C3.6) and certificate of liability and insurance-leased motor vehicles (Section C3.11). (2) Proper certification of load testing (C3.7). SECTION C4SPECIFIC TASKS C4GENERAL. The Contractor shall provide lease and repair of vehicle(s) as defined in this contract. The vehicle(s) shall meet or exceed the applicable Federal Standard in effect on the date vehicle(s) are ordered. C4.1VEHICLE WARRANTY. The Contractor shall: C4.1.1BUMPER-TO-BUMPER COVERAGE. Provide complete vehicle coverage for a minimum of 1 year/12,000 miles. C4.1.2REPAIRS COVERED. Cover labor and parts cost required to correct any vehicle defect related to materials or workmanship occurring during the contract period. Needed repairs shall be performed using new or remanufactured parts. C4.1.3WARRANTY PERIOD. Start coverage on the date the vehicle is first delivered to the Base Motor Transport Office, or put in use, and end at the expiration of the coverage period. C4.1.4TOWING. Cover towing to the nearest manufacturer's dealer if the vehicle cannot be driven because of warranted defect. C4.1.5 WARRANTY REPAIR/MAINTENANCE LOCATION. The Contractor shall identify locations for warranty work to be performed. The Government will assume responsibilities for delivery of the vehicle. However, the Contractor shall be responsible for all warranty costs to include deductibles. C4.2 REPLACEMENT VEHICLES. The Contractor shall provide a suitable replacement for any vehicles having major warranty problems/repairs. The Contractor will notify the Government of any warranty repair that is scheduled to take more than four (4) work days. The Contractor shall provide a replacement for all vehicles no later than the tenth (10th) working day from receipt of oral, telephonic or delivery order. The vehicle(s) shall be of the same type, in a first class operating condition, and shall be provided at no additional cost to the Government. The Contractor shall be responsible for all shipping costs involved in the delivery and return of vehicles to the using activity. C4.2.1 When a replacement vehicle is not provided within ten (10) work days, the vehicle's total monthly cost will be reduced by 1/30 per day for each day a vehicle is not replaced within the time frames prescribed by this contract. The Contractor's invoice will be further reduced by 1/30 due to the Government not having a vehicle. (Reduction example: Vehicle's total monthly cost is $300 x 1/30 = $10 per day.) In addition, a "Cure Notice" may be issued to the Contractor. C4.3CONTRACTOR UNAUTHORIZED WORK PERFORMANCE. The Contractor shall not perform work that deviates from contract requirements and specifications. If the Contractor deviates from contract requirements and specifications without approval of the CONTRACT ADMINISTRATOR, such deviation shall be at the risk of the Contractor and any cost related thereto shall be borne by the Contractor. PACKAGING AND MARKING D.1SPECIAL MARKINGS. Caution plates/decals shall be conspicuously installed on all equipment requiring such notices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0134/listing.html)
 
Record
SN02154067-W 20100521/100519234857-2e82e3ddf29a674a149dd7c330b03747 (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.