Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
MODIFICATION

23 -- BTH2013 EL SALVADOR NON-TACTICAL VEHICLES

Notice Date
2/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Sato Cano Branch (PARC Americas 410th CSB), Contracting Office, Unit 5720, PSC 42, APO, AA 34042
 
ZIP Code
34042
 
Solicitation Number
W912QM13QRA04
 
Response Due
2/20/2013
 
Archive Date
4/13/2013
 
Point of Contact
Roberto Aviles, 011 504 2234463
 
E-Mail Address
Sato Cano Branch (PARC Americas 410th CSB)
(roberto.aviles.hn@jtfb.southcom.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; proposals are being requested and a written solicitation will not be issued. Date: 25 January 2013 Contracting Office Address: RCO Soto Cano, Unit 5714, Soto Cano, APO AA 34042 Subject: Combined Synopsis /Solicitation for Rental Vehicles with drivers for United States Army South in support of Beyond The Horizons, 2013, El Salvador (BTH-13 SLV). Solicitation Number: W912QM-13-Q-RA04 Close Response Date/Time/Location: 5:00pm local time, 20 February 2013 Point of Contact: Contracting Officer: Douglas M. Schmidt, TSgt USAF, douglas.schmidt@jtfb.southcom.mil Contract Administrator: Mr. Roberto Aviles, roberto.aviles.hn@jtfb.southcom.mil Place of Performance: Comalapa Intl. Airport, El Salvador Destacamiento Militar 6 (DM6), Sonsonate, El Salvador I. DESCRIPTION OF THE REQUIREMENT The Regional Contracting Office, at Building D-10, Soto Cano Air Base, Palmerola, Comayagua, Honduras requires the following: The Contractor shall provide and deliver to ARSOUTH, Large 4 X 4 Sports Utility Vehicles (SUV's), Large 4 X 4 Dual Cab Pick-Up Trucks, and 12 Passenger Vans with their respective drivers to designated locations as specified in Table 1. Period of Performance: 4 March 2013 to 11 July 2013. SPECIFIC TASKS: Security: The Contractor shall ensure their employees pass a security check by the Salvadoran Police Department and other agencies as required by Salvadoran laws prior to contract award. Proof of the security check must be current and will not be older than 6 months. Documentation of these checks will be made available to the KO upon request. As a minimum the following information must be submitted to the KO in advance. Full birth name Married name if applicable Country ID (ID Card number) Date of Birth Place of Birth (city, country) Award of this contract is subject to background checks conducted by the U.S. Embassy's security personnel as part of force protection measures at the Government's sole discretion. Failure to pass a background check is justification for not awarding or terminating an existing contract. The Contractor shall not further disclose specifics of services to unauthorized personnel. Contractor will provide their sub-contractor only required specifics to accomplish services and / or products delivery. The Contractor shall not sketch or take photos of Government facilities unless related to service being provided. The Contractor shall not post, or discuss government facility activities on any unauthorized public access media. Vehicles: The Contractor shall provide full size (7 passenger SUV's), full size double cab pickup trucks, and 12 passenger vans. All vehicles will be diesel type vehicles and will be equipped with power steering, power brakes, air conditioning system, GPS, and with standard safety equipment as required by Salvadoran transportation laws. Requirements will include, but are not limited to, seat belts; serviceable spare tire, jack and tire tools, warning devices (such as a warning triangle) and no front windshield cracks or breaks. Vehicles must be in compliance with all Salvadoran and local vehicle and / or transportation regulations during the entire period of contract performance. The Contractor shall provide vehicles not older than four years, unless approved by the US Government. The Contractor shall repair or replace damaged vehicles with the same type of vehicle within 24 hour notification from the KO or COR. The Contractor shall ensure that drivers are able and capable of safely operating vehicles and are not under the effects of alcohol or drugs at least 8 hours prior to and during the performance of their duties. Any driver suspected of reporting for duty under the effects of alcohol or drugs will be reported to the KO and will not be allowed to perform their duties. Drivers: Drivers shall meet and maintain a professional decorum at all times. The Contractor shall provide drivers with a standard daily uniform to include company logo. At a minimum, drivers will wear full length slacks, a short sleeve shirt or polo shirt without tie, and covered toe shoes. Drivers shall not consume alcohol or drugs for at least 8 hours prior to as well as during performance of their duties. Drivers must be fully licensed and insured before operating their assigned vehicle and must have a safe driving record. Drivers shall report for work on time as per hours specified on schedule or as instructed by the US Government's representative KO or COR. Drivers shall have knowledge of Salvadoran road networks and specific knowledge of engagement routes as designated by the US Government Representative. Drivers shall not text at any time when driving and will only stop in safe and authorized places to answer or make urgent phone calls. The Contractor shall provide all lodging, meals, and transportation for contracted drivers regardless of the location. Inspection: The KO, COR, and or a US Government representative will conduct a joint vehicle inspection with the Contractor to ensure physical and mechanical condition of the vehicle and equipment satisfies the US Government's needs, safety needs, and applicable local Government transportation laws. The US Government Representative will consider all terms specific within this contract, Salvadoran law, and quote mark US Safety Standards quote mark as a guide for accepting and / or rejecting vehicles. Insurance: The Contractor shall provide FULL COVERAGE insurance for their vehicles as may be required by Salvadoran laws and as stated in the Federal Acquisition Requirement (FAR) clause 52.228-8. The Contractor shall include vehicle insurance coverage as part of the monthly lease costs. QUALITY CONTROL/QUALITY ASSURANCE: Quality Control (QC). The Contractor shall ensure service is performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's QC program is the means by which he assures himself his work complies with the requirement of the contract. As a minimum, the Contractor shall develop QC procedures addressing the areas identified in Technical exhibit 1, quote mark Performance Requirements Summary. quote mark After acceptance of the QC plan, the contractor shall receive the KO's acceptance in writing of any proposed change to his QC system. Quality Assurance. The Government will evaluate the contractor's performance under this contract in accordance with the quality assurance surveillance plan. This plan is primarily focused on what the government must do to ensure the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rates. Government Remedies. The KO shall follow Federal Acquisition Requirement (FAR) 52.212-4, quote mark Contract Terms and Conditions-Commercial Items quote mark or 52.246-4, quote mark Inspection of Services-Fixed Price quote mark for a contractor's failure to perform satisfactory services or failure to correct non-conforming services. APPOINTMENT OF CONTRACTING OFFICER'S REPRESENTATIVE: The COR will act as the Contracting Officer's representative for technical matters, providing technical direction and discussion as necessary with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COR is not a Contracting Officer and does not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract, or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract. It is emphasized that only a Contracting Officer has the authority to modify the terms of the contract, therefore, in no event will any understanding, agreement, modification, change order, or other matter between the contractor and any other person deviating from the terms of the basic contract be binding on the Government. CHANGES TO CONTRACT: THE ONLY PERSON AUTHORIZED TO MAKE CHANGES TO THE CONTRACT IS THE KO. Failure to clear any changes to the contract with the Contracting Officer IN ADVANCE of requested change will result in the Government not being responsible for the charges, and non-payment to the Contractor. Accordingly, the Contracting Officer SHALL be notified prior to any additional services/performances necessitating contract modification (that is, those resulting in changes to the terms of the contract). Purchases or changes by unauthorized persons will result in the contractor not receiving payment for costs incurred. CANCELLATIONS/ADDITIONS: The KO has the right to add or delete from this PWS any change requirements (including number of vehicles and delivery locations) to make this mission a success. Changes made with at least 24 hour notice to the Contractor will incur NO penalty. The KO may negotiate modifications as required. CONTRACT MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor 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 sub-Contractors 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 sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government 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. CONTRACTING OFFICE POINT OF CONTACT: The KO is Tsgt. Douglas M. Schmidt, Comm: (011) 504-4634-5066 or DSN: 312-449-5066. II. DATE (S)/PLACE OF DELIVERY AND ACCEPTANCE: Vehicles will be inspected/accepted at: Comalapa Intl. Airport, El Salvador Ilopango Airforce Base, Ilopango, El Salvador Destacamiento Militar 6 (DM6), Sonsonate, El Salvador, or any other places determined by U.S. Government personnel. Period of Performance: 4 March 2013 to 11 July 2013 III. STREAMLINED SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912QM-13-Q-RA04 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60, effective date 26 July 2012. The associated North American Industrial Classification System (NAICS) code for this procurement is 532111 with a small business size standard of 500 Employees. This requirement is not being set aside for Small Businesses. APPLICABLE PROVISIONS 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012) Addenda-Delete paragraphs: (d) product samples, (e) multiple offers and (h) multiple awards SUBMISSION OF OFFER: All quotes must include the following information: Company Name, Address, Telephone Number, Email Address and Fax Number; RFQ/Solicitation Number, Unit Price, Extended Prices for each CLIN, Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, Signed acknowledgement of amendments (if applicable) Completed Copy of Offeror Representations and Certifications FAR 52.212-3, DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items Central Contractor Registration(CCR).--Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007) 52.212-2, Evaluation-Commercial Items (Jan 1999) The quotes/offers will be evaluated on the following factors: Technical Acceptability (Submission of Offers) Price (Completed Pricing List) 52.212-3, Offeror Representations and Certifications-Commercial Items (April 2012) APPLICABLE CLAUSES 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2012), (the following clauses are applicable): 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999); 52.222-50, Combating Trafficking in Persons (Feb 2009), Alternate I (Aug 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) 52.203-3, Gratuities (Apr 1984) (over SAT) The Defense Priorities and Allocation System (DPAS) is not applicable to this requirement. Submitted Quotes shall be valid for at least 15 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b668c6654402613c526543debaa9b4c)
 
Place of Performance
Address: Sato Cano Branch (PARC Americas 410th CSB) Contracting Office, Unit 5720, PSC 42 APO AA
Zip Code: 34042
 
Record
SN02986119-W 20130214/130212235017-9b668c6654402613c526543debaa9b4c (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.