Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2003 FBO #0696
SOLICITATION NOTICE

99 -- Towing, storage of seized, forfeited vehicles, trucks, heavy equipment, SUV's.

Notice Date
10/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, United States Marshals Service, Eastern District of Missouri, 2-319 Thomas Eagleton U. S. Courthouse 111 South 10th Street, St. Louis, MO, 63102-1125
 
ZIP Code
63102-1125
 
Solicitation Number
MOE-04-44-002
 
Response Due
11/10/2003
 
Point of Contact
Deborah Remstedt, Procurement Agent, Phone 314/539-7452, Fax 314/539-7148, - Deborah Remstedt, Procurement Agent, Phone 314/539-7452, Fax 314/539-7148,
 
E-Mail Address
Debbie.Remstedt@usdoj.gov, Debbie.Remstedt@usdoj.gov
 
Description
The Eastern District of Missouri, United States Marshals Service, plans to procure Towing and Storage for seized/forfeited vehicles. The requirement consists of towing of vehicles from point of seizure to facilities designated by the COTR or Ordering Officer. Storage of vehicles in secured storage facility until the Government can arrange for disposition. Maintenance of vehicles, if requested. Administrative duties incidental to the disposition of vehicles. The contractor shall provide all necessary equipment, labor, supervision, and facilities for the performance of the contract in accordance with the specifications and terms contained herein. Contractor shall carry liability insurance. 1. PERFORMANCE LOCATION The service area encompasses the entire Eastern District of Missouri within 170 - 400 mile radius. The storage location must be located in the St. Louis metropolitan area. 2. PERFORMANCE PERIOD Performance shall commence on December 1, 2003 and, upon issuance of the Optional Form 347 (Order for Supplies and Services), shall continue through September 2004. The contractor, upon award of this contract, shall tow all vehicles identified by the COTR from the current location to the proposed storage facility within 10 calendar days of the COTR's order. 3. TOWING: a. The Contractor shall furnish tow trucks and/or vehicle carriers of sufficient size and number to handle vehicles ranging from motorcycles, tractor-trailer rigs, trailerable size boats and vessels, and heavy equipment. Each tow truck or carrier shall be clearly marked with the following information: (1) Name of contractor; (2) Address of contractor's office; and (3) Telephone number of contractor's office b. Subcontractor tow trucks/carriers will not be authorized to make the tow without express permission from the COTR or his designee c. Supplemental equipment required for towing, including but not limited to the following: (1) Jacks; (2) Dollies; (3) Tire inflation equipment; (4) Winches, tools, etc.; (5) Equipment required by the State of Missouri, counties and/or local ordinances d. An attendant shall remain at the contractor's facility between the hours of 8:00 AM and 5:00 PM daily, Monday through Friday, excluding Federal Government holidays for the entire performance period. e. A designated Ordering Officer shall notify the contractor telephonically of a requirement for towing. The contractor shall be required to pick-up a vehicle at the location designated by the Ordering Officer using a suitable tow truck/carrier. Response times for tows are as follows: (1) Roadside Tows: The contractor shall be required to pick-up a vehicle within three (3) hours of notification by the Government. (2) Station Tows: The contractor shall be required to pick-up a vehicle within twenty-four(24) hours of notification by the Government f. The contractor shall prepare a towing ticket (in duplicate) for each vehicle to be picked up. The ticket shall contain the following information as a minimum: (1) Year, make and model of vehicle; (2) Vehicle identification number shall be identified by the contractor and the seizing agency at the time of pick-up; (3) Vehicle registration number and state of registration (4) License plate number, if any; (5) Government case/seizure number; (6) Address of point of pick-up and delivery (7) Odometer reading of vehicle to be transported; (8) Condition of vehicle to be transported; (9) Accessories to include but not limited to air conditioning;, radio/stereo equipment, cellular phone, t-tops, etc; (10) Date and time and location of tow; and (11) Cost for towing of vehicle g. A Basic tow is one round trip from Contractor's facility to any point within the Eastern District of Missouri and return. Actual loaded road miles from the point of pick-up to the designated storage facility shall be the basis for towing charges. h. The contractor shall submit the original towing ticket and one copy for each vehicle towed. 4. STORAGE AND MAINTENANCE The contractor is responsible for providing secure storage facilities, both indoor and outdoor storage, and maintenance, if requested, for seized/forfeited vehicles until disposition or expiration of the contract. Access to the storage facility will be at the discretion of the COTR. The contractor shall remain on call, 24 hours per day, 7 days per week, for the entire performance period including Federal Government holidays. An attendant shall remain at the storage facility between the hours of 8:00 AM and 5:00 PM daily, Monday through Friday, excluding Federal Government holidays. Contractor shall provide covered storage to accommodate a minimum of 5 and a maximum of 60 vehicles. Covered storage is defined as a structure with substantial walls and roof. The Contractor shall park vehicles at the facility in an orderly manner so that they can be readily located and easily accessed.. The following applies to all vehicles: a. The seizing agent shall inspect and inventory the seized vehicles and its contents. The condition of the vehicle shall be recorded on the vehicle's inspection/inventory report and shall be signed by the inspecting official. Contractor shall acknowledge the vehicle condition and its contents by signing the report . If the contractor disagrees with the report (the stated condition of vehicle, contents, or missing equipment, etc.) he shall annotate said discrepancy on the report prior to acknowledgment and immediately notify the Ordering Officer. Contractor shall retain a copy of the report for as long as he has the vehicle. b. The Contractor will examine the tires, including spare(s) on all trucks, SUV's vans & other vehicles to determine if they have been fitted with recalled tires, prior to disposal (release to owners, lien holders, innocent third parties, state/local law enforcement, Federal agencies, and sale to the public, salvage scrap dealers, dismantlers, recyclers, etc). If found, Contractor will notify the COTR, in writing, with the tire make, model size and manufacturer code, and appropriate vehicle identification, at least five (5) days prior to disposal. c. Contractor's receipt and acknowledgment of this report and corresponding vehicle constitutes acceptance. Upon acceptance, the Contractor assumes sole responsibility for the vehicle until it is disposed of in a manner stipulated by the Government. d. Seizing agency shall be responsible for removal of all personal property prior to acceptance by the contractor. e. In the storage facility, the Contractor shall secure all vehicles as follows: (1) Indoor storage and routine maintenance is required for all antique and unique vehicles as well as vehicles with a loan value of $10,001.00 or higher. (A) Indoor Storage - Close doors, windows, truck, hood, etc. Keys may be left in vehicle in secure building. All vehicles without keys shall be annotated on inspection sheet. (2) Outdoor storage - Close doors, windows, truck, hood, etc. store vehicle keys in a secure depository. All vehicles without keys shall be annotated on inspection sheet. Prior to storing...... f. Contractor shall prepare a monthly report to the COTR by the fifteenth of the month which includes a monthly billing of services provided, and a vehicle inventory. g. Loose contents (not affixed to the vehicle) shall be stored in the vehicle's storage compartment. Damage to, or loss of the vehicle and/or the contents while in storage is to be reported immediately to the COTR. Any contents which have been lost, or any vehicle damage which has occurred while in the custody of the contractor, must be replaced (with property of like or equal value) or repaired as instructed by COTR. h. Areas within the facility which are utilized for storage and/or maintenance of seized vehicles, shall have an all weather surface such as concrete, asphalt, stone, limestone and gravel. i. The entire interior storage area must be protected by an automatic sprinkler system and interior hose connections that are in accordance with National Fire Protection Association Standard 231. j. At a minimum the outside perimeter of the entire storage facility shall be enclosed by six-foot high chain link fence with a locking gate(s), with three strands of barbed wire on a slant to the outside. k. The facility shall be equipped with an operable telephone and the telephone number shall be listed. Contractor shall permit Government personnel to place non-toll business calls. Government shall exercise restraint when utilizing the Contractor's telephone. Contractor will provide adequate facilities in order for the COTR, or designated personnel, to perform administrative duties. l. Contractor shall provide the appropriate security measures to control access on a 24 hour-a-day, 7 day-week basis to prevent unauthorized entrance, vandalism, pilferage, larceny, sabotage, and fire, and to provide adequate internal safeguards for the security of all seized/forfeited property. The following physical security is a minimum requirement: (1) Physical security at the facility shall include burglar alarms and motion detectors that are monitored manually; with immediate response capability during the full period of activation, after regular working hours, on the weekend, holidays, or other times that the facility is not manned or otherwise in operation. (2) All perimeter windows, doors, skylights, exhaust vents, and "any" other opening shall be alarmed. (3) The storage facility shall have sufficient outdoor lighting to deter/detect unauthorized entrance at night. The perimeter, fenced and indoor areas shall be illuminated at night. m. Maintenance and General Repairs. (1) Contractor shall not incur expenses for repairs and maintenance for vehicles without authorization from the COTR. The contractor will indicate on monthly billings, along with copies of actual repair invoices, the name of the USMS employee who authorized the repairs and the date of the authorization. (2) If it is anticipated that the costs of the repairs and/or maintenance will exceed $100.00, after receiving approval from the COTR, the contractor is responsible for obtaining three verbal price quotations for the projected work. The three price quotations will be provided to the COTR for final determination.. o. Access to seized vehicles shall be limited to the following persons: (1) Contractor and its authorized employees; (2) Contracting Officer or his designee; (3) Other individuals authorized by the COTR 5. DISPOSAL BY OTHER MEANS The USMS may determine other methods for disposal which do not require sales preparation. In such cases, the COTR will issue appropriate orders to the contractor. These methods of disposal include but are not limited to the following: (1) release to lien holder; (2) release to owner, and (3) placement into official use by an authorized Federal agency, or a state or local law enforcement agency. Identification and confirmation of applicable documents which authorize release of vehicles will be issued by the COTR. 6. PERSONNEL AND SECURITY REQUIREMENTS Employees including the contractor may be required to submit to finger printing and a security check. Any individuals found to have an arrest record which is indicative of the security risk shall not be allowed to work under this contract. This is a solicitation for competitive proposals. If any interested party believes that they can meet the requirements they may submit a capability statement. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow the U.S. Marshals Service to determine if the party can meet all the foregoing requirements. Offers must also be accompanied by descriptive literature, warranties, and/or other information that demonstrate the offer meets all of the foregoing requirements. Capability statements and related materials must be received in this office by 5:00 PM on November 10, 2003. If you have any questions, please contact Deborah Woods by telephone on (314) 539-7451.. Collect calls will not be accepted. The determination to compete or not to compete on the proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining a competitive procurement Evaluating criteria will be based as follows: Facility/Security - 40 %, Pricing - 40 % Location - 20 % STORAGE AND MAINTENANCE SERVICES AND PRICES To be completed by contractor: Storage and Maintenance of Vehicles: Unit Price 1 - 2 vehicles per month $ 13 - 25 vehicles per month $ 26 - 50 vehicles per month $ Over 51 vehicles per month $ Note: partial months will be pro-rated : $ TOWING SERVICES AND PRICES To be completed by Contractor: Basic Hook-up $ Price per loaded mile $ 0 - 50 miles $ 51 - 100 miles $ 101 - 170 miles $ Price per mile over 170 $ NOTE: Even though this contract will cover the entire Eastern District of Missouri area of responsibility, the majority of the towing required will be within 30 - 100 mile radius of downtown St. Louis.
 
Place of Performance
Address: United States Marshals Service, 111 South 10th Street, Room 2.319, St. Louis, Missouri
Zip Code: 63138
Country: USA
 
Record
SN00457824-W 20031024/031023061011 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.