Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2004 FBO #1015
SOLICITATION NOTICE

J -- Preventive & Remedial Maintenance and Cleaning Services

Notice Date
9/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-4RTO155
 
Response Due
9/8/2004
 
Archive Date
9/23/2004
 
Point of Contact
Lachon Langham, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
llangham@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotes are being requested and a written solicitation will not be issued. Solicitation number 4RTO155 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 01-24. This action is a 100% small business set-aside. The NAICS code is 811111 and the small business size standard is 5.0M. The U.S. Secret Service, James J. Rowley Training Center (JJRTC), has a requirement for a contractor to provide preventive and remedial maintenance and cleaning services for a variety of vehicles under an Indefinite Delivery/Indefinite Quantity type order. Proposed contractors shall provide pricing for the following line items: 0001) Preventive and Remedial Maintenance for a minimum of 1 and a maximum of 35 vehicles for 1 year, and 0002) Vehicle Cleaning and Detailing for a minimum of 1 and a maximum of 35 vehicles for 1 year. In performance of this requirement, the contractor?s maintenance facility must be within a 15 mile radius of the James J. Rowley Training Center. VEHICLE DESCRIPTIONS AND QUANTITIES: Thirty (35) American made Vehicles; Ford, GM, and Chryslers ranging from 2001 T0 2003, and SUV?s and Sedans with mileage under 40,000 miles. PREVENTIVE & REMEDIAL MAINTENANCE: The contractor shall perform preventive and remedial maintenance at the contractor?s site by a certified mechanic. The government shall be responsible for the transport of vehicles to and from the contractor?s site. The scheduling of the maintenance must not be in conflict with training activities and must be coordinated with the COTR. The contractor shall complete all required maintenance no later than seven 7 working days after receipt of vehicles. Preventive maintenance must include the application of all fluids, and not be limited to oil top off/changes, replacement of oil filters, air and gas filters, and lubrication of chassis and suspension. The contractor shall replace brake pads and/or turn rotors at the direction of the COTR after inspection of the brakes and rotors by the contractor. Remedial maintenance must include the replacement of any defective minor or major part/components. All applied fluids and parts must meet the original equipment manufacturer?s (OEMs) specifications. Prior to leaving government control, all vehicles shall be inspected for visible damage by the COTR and the contractor. An inspection form will be completed and made a part of the vehicle file. This same procedure must be conducted upon vehicle return. Contractor usage of the vehicles shall be limited to pick-up from the government?s facility and return to the government?s facility. Any test driving of the vehicles by the contractor shall not exceed ten (10) miles. The contractor shall itemize all maintenance/repairs on a shop ticket and attach to each invoice. VEHICLE CLEANING AND DETAILING: The contractor shall clean the vehicle(s) prior to return to the government facility. The cleaning must include, as a minimum, the following; exterior Wash and Machine Wax, Vacuum Trunk, Shampoo Carpets, Mats and Upholstery. Clean and Treat Vinyl and recondition Leather. Clean and Treat dash and console areas. Clean interior and exterior glass and door jams. The Government intends to award a firm fixed price type contract. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award a Indefinite Delivery/Indefinite Quantity type order, to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, which includes price and acceptable past performance. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Technical and past performance when combined, are more important than price.? 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies, 52.225-13, Restrictions on Certain Foreign Purchase; 52.216-18, Ordering, Paragraph (a) "Such orders may be issued from date of award to one year thereafter"; 52.216-22, Indefinite Quantity, Paragraph (d) "The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 2004, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotes must contain the following: 1) Pricing for line items 0001 through 0002; 2) Detailed technical description; 3) Past performance information; and, 4) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (July 2002 edition). Please note: All responsible offerors shall forward written quotes to E-mail address: Lachon.Langham@usss.dhs.gov. Facsimile responses are also acceptable. The facsimile number is: (240) 624-3880 or (202) 406-6801. All written quotes are to be received no later than 2:00 P.M., (EST), September 8, 2004.
 
Place of Performance
Address: 9200 Powder Mill Road, Laurel, Maryland
Zip Code: 20708
 
Record
SN00665794-W 20040906/040904211508 (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.