Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
MODIFICATION

W -- Armored Sport Utility Vehcile, 1 each for one year lease with an option for an additional year.

Notice Date
3/23/2015
 
Notice Type
Modification/Amendment
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
W912CL15T0021
 
Response Due
4/24/2015
 
Archive Date
5/24/2015
 
Point of Contact
MITCHELL COBB, 210-221-8798
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(mitchell.cobb3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0. General Information: The Contractor shall provide an armored sport utility vehicle (SUV) in accordance with this statement of work (SOW). To be providing to the United States Strategy and Plans Division/PP&O, Headquarters, US Marine Corps. Services (AVS) in accordance with the Level III IAW NIJ-0108.01 standard. 1.1. Scope: The US Government requires the lease Armored vehicle for a period of one year. The Contractor shall furnish all management, supervision, personnel, equipment, materials, supplies, repair parts, and any other, equipment and personnel to accomplish the task of providing an armored vehicle for U.S. personnel use in Peru between the dates outlined in section 1.2 of this statement of work (SOW). 1.2. Period of Performance: From 24 June 2015 - 23 June 2016; with one (1) one year option if needed. 1.3. Location: Lima Peru 1.4. Type of Contract: The resulting contract is a Firm Fixed Price 1.5. The Contractor is responsible for obtaining all driving and insurance credentials required by the Federal laws of Peru. Copies of the Contractor's insurance credentials must be provided to the Contracting Office at the time of contract award. 2.0 Vehicle Specifications: The Contractor shall provide Armored SUVs in accordance with National Institute of Justice, Ballistic Resistant Protective Materials, NIJ Standard 0108.01, Level III IAW NIJ-0108.01. See website http://www.eeel.nist.gov/oles/Publications/NIJ-0108.01.pdf for complete details. At the discretion of the Contracting Officer's Representative, vehicles may be required to provide Level III NIJ compliance documentation. 2.1. All vehicles shall be in excellent running condition equipped with operational air-conditioning, spare tire, toolbox, and highway reflective markers. 2.2. Tires shall have hard rubber inserts in the run-flat tires, not steel. Radiators shall have a bullet guard in front. Bulletproof engine protection shall be installed. Armored windows shall be one composite piece of glass. 3.0 Safety and maintenance: Each vehicle shall meet all Peruvian safety requirements and have, as a minimum, the following safety features: rear and front lights, rear view mirrors, windshield wipers, parking brake, and horn. Both the exterior and interior of the vehicles shall be free of excessive soil, rust and damage. Corrective and preventative maintenance shall be provided as needed at the site where the vehicle is being utilized. 3.1. Preventative Maintenance: The contractor shall provide preventative maintenance in accordance with the vehicle manufacturer taking into consideration the modification to the vehicle and the wear and tear cause by the armored plates. Preventative maintenance should be provided at least quarterly to include but not limited to vehicle fluids, tire inspection, tire rotation, and break inspections. 3.2. The Contractor shall be aware of all local safety requirements and ensure that all reasonable efforts are made to protect all persons from harm and U.S. Government property from damage. 3.3. Vehicle Damage: The Contractor is responsible for all damage to the vehicle, including wear and tear. However, in the case of documented damage to the vehicle as the result of hostilities against an authorized US Government occupant, the Contractor may request compensation from the US Government. If insured, the Government shall be responsible only for the deducible portion of the claim. 4.0. Subcontracting: Subcontracting is not authorized under this contract, unless previously approved in advance by the Contracting Officer. 5.0. Contract Manager: The Contractor shall provide a Contract Manager who will be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Contract Manager or alternate shall have full authority to act on behalf of the Contractor on all contract matters relating to daily operation of this contract. 6.0. Making Changes to Contract: The only person authorized to make changes to the terms and conditions of the contract is the Contracting Officer. In no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the U.S. Government. When/if, in the opinion of the contractor, an effort outside the existing scope of the contract is requested, the Contractor shall promptly notify the Contracting Officer in writing. No action shall be taken by the Contractor under such direction unless the Contracting Officer has issued a contractual change or otherwise resolved the issue. Failure to clear changes in contract with the Contracting officer in advance of providing service will result in the Government not being responsible for the charges, and non-payment to the contractor. 7.0. GOVERNMENT POINTS OF CONTACT: NAME: Steven Beckman 210-295-6099 and Mitchell Cobb 210-221-8798 The solicitation is currently in developement and is subject to the availability of funds under FAR 52.232-18 (Availability of Funds). Funds are currently not available to award a contract. It is expected that a solicitation will be posted on or about March 27, 2015. It is expected that quotes on 2011 year models or newer will be accepted. Specification on the vehicle will need to be sent with quotes. Send any inquiries to Steve.t.becmkan.civ@mail.mil, mitchell.cobb3.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0d92a02393b64a111dd475dbf897429e)
 
Place of Performance
Address: Mission Division (PARC Americas 410th CSB) For Use In and Around Lima, Peru Lima PE
Zip Code: 000000
 
Record
SN03676611-W 20150325/150324000225-0d92a02393b64a111dd475dbf897429e (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.