Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1999 PSA#2494

Directorate of Contracting, 1733 Pleasonton Road, Attn: ATZC-DOC, Fort Bliss, Texas 79916-6816

X -- VEHICLE STORAGE LONG TERM SOL DABT51-00-R-1002 DUE 122999 POC Beth Moronese 915-568-4479 or Colleen Burns 915-568-5150 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES prepared IAW FAR 12.6 and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions & clauses are governed by FAC 90-46. This solicitation is a 100% Small Business Set-aside for Standard Industrial Classification Code 7521 (Vehicle Storage) which applies to businesses with less than $5 million annual receipts. Proposals are being requested for Solicitation DABT51-00-R-1002. The Directorate of Contracting, FT Bliss, TX has a requirement for a Vehicle Storage contract for the period 01FEB 00 thru 31 JAN 01 plus 4 one-year options. BASE YEAR (01FEB2000-31JAN2001) ITEM 0001: INDOOR VEHICLE STORAGE SERVICE (Per Vehicle / Per Day) (Estimate: 100 Vehicles X 365 Days= 36,500 ea); ITEM 0002: IN BOUND SVC (Per Vehicle)(Estimate: 100 Vehicle) ITEM 0003: OUT BOUND SVC(Per Vehicle) (Estimate: 100 Vehicle) Option Years have the same Item Descriptions as the Base Year. OPTION YR 1 (01FEB2001 31 JAN2002) ITEM 0101 thru ITEM 0103. OPTION YR 2 (01FEB2002 31JAN2003) ITEM 0201 thru ITEM 0203. OPTION YR 3 (01FEB2003 31JAN2004) ITEM 0301 thru ITEM 0303. OPTION YR 4 (01FEB2004 31JAN2005) ITEM 0401 thru ITEM 0403. PURPOSE: Provide vehicle storage for FT Bliss personnel on Permanent Change of Station to overseas areas. Storage is classified as long-term and may extend from 1 to 365 days or more depending on the country to which the service member is assigned and pursuant to their government orders. LOCATION: The contractor shall be able to store a minimum of 1 vehicle to a maximum of 200 vehicles at a time within a radius of fifteen miles from FT Bliss. Contractor will be paid based on the number of cars actually stored. The parking area shall be an enclosed, covered building. The facility shall be constructed or equipped with adequate devices that will reasonably ensure vehicles will not be exposed toextreme heat, cold, moisture, humidity or such that would cause damage to the vehicle. The facility must not be in a potential 100-year flood area; building with floor levels below the flood plain level will not be approved. The facility shall be secured 24-hours a day. The access doors shall have two locking mechanisms that can be secured with heavy-duty (case hardened) padlocks or surface key locks. All vehicle keys shall be tagged and secured in a locked, metal key repository. The contractor shall accept/releases vehicles Monday thru Friday (excluding Federal Holidays) between 8:00AM -- 5:00PM given a two day notice from the government. Contractor shall be staffed or on-call to return phone call within one hour. The contractor shall establish and maintain an up-to-date locator system that will permit the prompt identification and location of each stored vehicle. STORAGE SERVICE: The services shall be performed in accordance with the best commercial practices and standards used in the El Paso area for long term vehicle storage to ensure vehicle maintainability. INBOUND SVC: Vehicles should be tagged with cards reflecting the owner's name & SSN and the vehicle make, model, VIN, plate number & date of inbound. The contractor and the owner shall conduct a joint inventory of the vehicle and its contents and record the results using a mutually agreed upon checklist; the contractor will retain one copy, provide the owner one copy and the government one copy. The contractor shall provide services which include disconnecting battery cables and taping the ends, removing batteries and greasing the terminals, purging fuel from the fuel tank and replacing with an anti-corrosive agent, fogging cylinders with an anti-corrosive lubricant, starting vehicles on a periodic basis, and using jack-stands to prevent tire dry-rot, ect if necessary. The contractor will provide the owner with shuttle service to FT Bliss point of departure. OUTBOUND SVC: The contractor will provide services to release the vehicle such as assist with jump starting & connecting batteries, adjusting tire pressure to manufacture specification, removing anti-corrosive lubricant from cylinder & fuel tank, cleaning vehicle exterior & interior, refueling with two gallons of appropriate fuel. In the event that the vehicle is deemed inoperable due to mechanical failure, the contractor shall make every effort to contact the owner prior to scheduled pickup. Joint inventory will be conducted prior to the release of the vehicle and copies provided (one copy retained by contractor, one copy to the owner, and one copy to the government). INSURANCE: Vehicle owners are required to maintain their insurance coverage. The risk of loss or damage to the stored vehicle shall remain with the contractor during the storage period. The contractor shall assume liability for loss or damage to stored vehicles once they have been accepted, however, the contractor is not responsible for items left in vehicles or any mechanical problems which surface at the end of the storage period and are determined to have been pre-existing. The contractor shall maintain warehousemen's legal liability insurance with an underwriter that is rated at "A" or higher in the current issue of the Best Insurance Guide. A reinsurance Assumption Endorsement may be executed by an underwriter to meet the requirement. The contractor shall be responsible for maintaining any required operating authority, licenses and permits and for complying with all laws, ordinances, and statues. INSPECTION: At the time of contract award the contractor shall establish a quality control program which will indicate a method for inspecting. Interested small business shall include the information at FAR 52.212-3(Offeror Representation and Certifications for Commercial Items) with their DUNS, Cage, & Tax Identification Numbers, and be able to accept payment through Electronic Funds Transfer, and comply with Central Contractor Registration. FAR 52.212-1, FAR 52.212-4, FAR 52.212-5, DFAR 252.204.7004 apply to this acquisition. Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR 12. Offerors not in possession of the referenced clauses in text may obtain them at http://acqnetsarda.army.mil. Department of Labor Wage Determination 94-2511 (Revision 13) for the El Paso area applies. Required Wage Rates are listed at www.ceals.usace.army.mil. FAR 52.212-2 Evaluation will be based on technical capability, price, and past performance. Required Past Performance Information: Offerors shall submit 3 references for contracts performed within the last three years, that are the same and/or similar to the size, magnitude and complexity as this requirement. For each reference include the contract number, dollar value, contract office and phone number of administrator, customer name & phone, and description of service. Offerors shall submit a paragraph describing the technical aspects and location of service. Responses to Solicitation DABT51-00-R-1002 are due not later than 4:30pm, Wednesday, 29 DEC 99 . Offer must be in writing and must include a signature. Mail to Directorate of Contracting/2021 CLUB RD/FT BLISS, TX 79916. Faxes will be accecpted 915-568-0836. Contract Specialist: Beth Moronese 915-568-4479. Posted 12/09/99 (W-SN407410). (0343)

Loren Data Corp. http://www.ld.com (SYN# 0122 19991213\X-0001.SOL)


X - Lease or Rental of Facilities Index Page