Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1997 PSA#1977

MEDCOM 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