|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1997 PSA#1977MEDCOM CONTRACTING CENTER, ATTN MCC BUILDING 4197, 2107 17TH STREET,
FORT SAM HOUSTON TX 78234-5015 V -- LEASE 24' CLOSED BOX VANS PLUS FUEL. FORT SAM HOUSTON TEXAS. SOL
DADA10-98-Q-0022 DUE 120497 POC Contract Specialist Thelma Coste (210)
221-4630 (Site Code DADA10) LEASE OF THREE [3] EACH 24' CLOSED BOX VANS
PLUS FUEL, FORT SAM HOUSTON TX. SOL NUMBER DADA1098Q0022 DUE 120497 POC
Contract Specialist Thelma Coste 210- 221-4630, Contracting Officer
Lydia Barnea 210-221-3802. FAX: 210-221-4430. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This procurement is unrestricted,
full and open; all responsible sources may submit an offer which will
be considered. This announcement constitutes the only solicitation.
This solicitation is issued as a Request for Quotation [RFQ].
Quotations are being requested and a written solicitation will not be
issued. The RFQ and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-01. The Standard
Industrial Classification Code is 7513. The small business size
standard is $18.5 Mil. Basic Contract Period is from 1 January 1998
through 30 September 1998,plus three [3] option years. The Contractor
shall furnish on a lease/rental basis three [3] bobtail-type 24' closed
box trucks, to the Defense Medical Readiness Training Institute [DMRTI]
AMEDDC&S, Building 2263, Fort Sam Houston, Texas. The Contractor shall
provide the name of a Contract Manager (CM) who shall be responsible
for the performance of work on the leased items. The name of this
person and alternate(s), who shall act for the Contractor in his
absence shall be designated in writing to the Contracting Officer [KO]
by contract start date. The KO shall be notified within forty-eight
(48) hours of any changes. The CM or alternate(s) shall have full
authority to act for the Contractor on all contract matters relating to
the routine operation of this contract: shall be responsible for the
supervision, performance, and delivery of the work and coordination of
this contract; and shall act as central point of contact [POC] with
the Government. Normal duty hours for DMRTI are 7:30 A.M. to 4:00 P.M.,
Monday through Friday excluding Government Holidays. The Contractor
shall not employ any person who is a military member or an employee of
the United States Government even if that person is in off-duty
status, if employment of that person would be in violation of statute
or Standards of Ethical Conduct for Employees of the Executive Branch
and implementing regulations of the DOD; nor shall the Contractor
employ any such person unless such person seeks and recieves approval
in accordance with applicable departmental regulations. The Contractor
shall not employ any relatives of Government military or civilian
personnel who have either direct or indirect association with the
awarding or administration of this contract. The Contractor shall not
employ any former officer of the United States Government if such
employment would be in violation of law or the Post- Employment
Conflict of Interest Restrictions and implementing regulations of the
DOD Directives, Standards of Conduct, and Joint Ethics Regulations. The
Contracting Officer [KO] will be the only person duly appointed and
having the only authority to enter into contracts and modifications
which will bind the Government. Contracting Officer's Representative
[COR] will be an individual designated in writing by the KO to perform
specific contract administration functions. This individual has no
authority to enter into, change, or terminate Government contracts.
Contract Manager [CM] will be a person designated in writing by the
Contractor to act for the Contractor on all contract matters. Contract
modification is any written alteration in the specifications, delivery
point, rate of delivery, contract period, price, quantity, or other
contract provisions within the scope of an existing contract. Contract
Start Date is the date the Contractor begins work (start of the basic
contract period) in accordance with the terms of the contract. The
Government will be responsible for maintaining fuel, oil, and fluids in
conjunction with duty travel; and repairs due to damages not considered
normal wear and tear. The Government will be responsible for providing
Federal tags for leased vehicles. The Fort Sam Houston Motor Pool will
license the vehicles as prescribed by law and as soon as possible. The
Government Tags cannot be utilized on any vehicle except the one it
was marked for. If a vehicle is replaced permanently, the Contractor
will return the Government tags within a reasonable amount of time. The
Contractor will be sure that the replacement vehicle is licensed for
whereever it will be required to travel until the Government can get
new tags for the replacement vehicle. The Contractor will not be
authorized or able to operate the vehicles with the Government tags.
The Contractor will provide a license tag whenever it is required to
operate the vehicle, i.e., driving vehicle for repair/maintenance,
etc., it will have to be licensed by the Contractor until the original
vehicle is returned. The replacement vehicle must be licensed for
whatever states the vehicle be traveling inor through. Preventive
Maintenance. The Contractor shall perform all maintenance to include
oil changes, lubrications, maintain antifreeze/fluid levels, motor
tune-ups, manufacturer recall, repair of flat tires and all other
functions necessary to maintain the vehicles in good operational
condition at no additional cost to the Government. The KO or COR will
notify the Contractor when maintence is required. The maintenance
consists of all labor, materials, repairs, and transportation required
to restore equipment to normal operating condition after breakdown or
operational difficulties. The Contractor shall respond within one (1)
hour after notification of a problem call. If the repair(s) cannot be
accomplished within 24 hours upon notification to the Contractor, then
an equal replacement shall be provided to the Government. Telephone
calls for repair(s) or required maintenance shall be via a toll-free
National Serviceline [1-800 number] at the Contractor's expense or via
Contractor's acceptance of collect calls 24 hours per day to ensure
service at any possible time or place. The Contractor is required to
keep a record of these calls. The Contractor shall notify the KO or COR
upon completion of repair(s) or replacement and provide a copy of the
service ticket or receipt of service/replacement for record purpose
only. The Contractor shall ensure that vehicles are washed inside and
outside during scheduled preventive maintenance or once monthly as
scheduled by the COR. Vehicles will be delivered by the Government to
the San Antonio, Texas facility designated by the Contractor during
normal duty hours and after coordination with the Contractor. The
Contractor shall provide 24 hour/7 days per week Nationwide Road
Service to include emergency road service. Nationwide Fuel Purchasing
Service: The Contractor shall provide a fuel/service credit card to
ensure en-route fuel and repair availability thoughout the continental
United States. The Contractor shall pay the monthly fuel bill and
submit an invoice for reimbursement to DMRTI. The contractor shall
furnish the log books to be maintained by Government personnel to
record travel information, such as mileage, inspections, mishaps and
accidents. Unlimited Mileage: No additional cost/charges will be
allowed/assessed due to the miles driven by the Government. Driver
Qualification Program. The Contractor shall train in San Antonio, all
the required drivers that DMRTI needs to perform its required mission,
with coordination as required with DMRTI and the COR. Training wil
include the following to assist the Government in selecting qualified
drivers. Eye Test-standard eye test as required for commercial
licensing. Road test- complete orientation to the vehicle and driver
training and verification in writing of driver's successful completion.
Driver Education/Safety Program. The Contractor shall initially train
in San Antonio all Government drivers required, thereafter to include
the following: 1) Safety and training program that includes classroom,
field and over the road sessions. Train drivers to operate vehicle. 2)
Driver fuel economy training, skills like progressive shifting and RPM
monitoring. 3) Training for the operation of the vehicles is required
to be held at Fort Sam Houston, Texas. The Government's minimum
specifications for the 24-foot dry box vans (bobtail trucks) are: Air
Conditioning, Heating, Power Brakes, Power Steering, AM/FM Radio,
Lighted Cargo Area, Rear & Side Cargo Doors, Liftgate (2500 lbs), Spare
Keys, Tire Chains, Diesel Engine, Flares, Fuses, Reflectors, Fire
Extinguisher B & C, Mud Flaps, 5-Speed Manual or Automatic
Transmission, PMI system, complete maintenance program covered on all
units. National Serviceline 1-800 number ensures service at any
possible time or place. Any and all repairs not caused by driver abuse
or accident. All windshield repairs and/or replacement. All labor,
parts, antifreeze (fuel & radiator) and oil necessary. Weekly washing,
interior and exterior. 24 hour/7 day per week nationwide road service.
Nationwide fuel buying network with fuel charge card. Daily inspection
books. Drivers trip reports. Substitute vehicles as needed within 24
hours. Vehicle licensing when required and State and Federal
inspections. The truck mileage upon initial delivery will not exceed
50,000 miles. Vans will be replaced with current model year van when
mileage reaches 175,000 miles. The following clauses and provisions
apply to this acquisition and are hereby incorporated by reference: (1)
FAR 52.212-1, Instructions to Offerors-Commercial Items; (2) FAR
52.212-3, Offeror Representations and Certifications; (3) FAR 52.212-4,
Contract Terms and Conditions-Commercial Items; (4) FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders- Commercial Items, to include FAR clauses: 52.222-3,
Convict Labor; 52.233-3, Protest After Award; 52.222-35, Affirmative
Action for Special Disabled and Vietnam-Era Veterans; 52.222-36,
Affirmative Action for Handicapped Workers; 52.222-37, Employment
Reports on Special DisabledVeterans and Veterans of the Vietnam Era;
52.222-26, Equal Opportunity; 52.239-1, Privacy or Security Safeguards.
Quotes must be received by 4:00 pm, local time, December 4, 1997. All
quotes must be sent to the stated address or FAX number, Attention
Thelma Coste. FAR clauses 52.212-1, 52.212-3, 52,212-4, and 52,212-5
can be (0323) Loren Data Corp. http://www.ld.com (SYN# 0095 19971121\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|