Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

X -- UNOPERATED RENTAL VEHICLES 2005

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709
 
ZIP Code
83709
 
Solicitation Number
RFQ-2QR4-013-05
 
Response Due
3/10/2005
 
Archive Date
8/1/2005
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will NOT be issued. This is a request for quotations No. 2QR4-013-05; quotation due date is MARCH 10, 2005. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-27. NAICS: 532120. Size Standard: $21.5 Million. PART 1 SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. RENTAL OF VEHICLES (UNOPERATED) FOR THE BOISE, PAYETTE, SAWTOOTH, AND HUMBOLDT-TOIYABE NATIONAL FORESTS. The following items are Indefinite Quantities. These items are listed to establish competitive unit prices. ITEM 1 FULL SIZE 1/2 TON, 4X4, EXTENDED CAB (LONG OR SHORT BED). Price per Month: 3 Mo: $___________ 4 Mo: $___________ 5 Mo: $___________ 6 Mo: $___________ 7 Mo: $___________ ITEM 2 FULL SIZE 3/4 TON, 4X4, EXTENDED CAB (LONG OR SHORT BED. Price per Month: 3 Mo: $___________ 4 Mo: $___________ 5 Mo: $___________ 6 Mo: $___________ 7 Mo: $___________ ITEM 3 UTILITY VEHICLE, 4X4, MANUAL OR AUTO TRANSMISSION. Price per Month: 3 Mo: $___________ 4 Mo: $___________ 5 Mo: $___________ 6 Mo: $___________ 7 Mo: $___________ ITEM 4 CREW CAB 3/4 TON (OR LARGER), 4X4, MANUAL OR AUTO TRANSMISSION. Price per Month: 3 Mo: $___________ 4 Mo: $___________ 5 Mo: $___________ 6 Mo: $___________ 7 Mo: $___________. Vehicles using gasoline or diesel are acceptable. The Forest Service anticipates the following minimum number of vehicles to be ordered from each bid item. Item 1-6. Item 2-6. Item 3-6. Item 4-6. Ordering vehicles is based on price and budget. There is no guarantee that the numbers shown will be actually ordered. Multiple awards may be made from this solicitation. I. GENERAL SPECIFICATIONS. A. Scope of Contract. This contract is for vehicle rental, without operator, in compliance with contract specifications, terms, and provisions stated herein. It is anticipated that there will be wear on paint and outer surfaces of vehicles. There may also be chips from flying rocks and scratches from brush along roadways. This will be considered normal wear and tear and no claims for damage will be submitted for these occurrences. B. Location and Description. Description. The vehicles will be used to transport personnel, tools, equipment, and materials. They will be operated on roads ranging from paved highways to narrow unimproved roads. These vehicles will be used extensively on gravel, dirt, and undeveloped roads having substantial amounts of rock, brush, and other debris. Location. The vehicles will be used by the Boise, Payette, Sawtooth, and Humboldt-Toiyabe National Forests. Section V defines point of hire and vehicle release. II. TECHNICAL SPECIFICATIONS. A. Vehicle Specifications. All vehicles must comply with applicable Idaho State laws. All vehicles offered shall be no older than 3-model years including the current model year. Each vehicle shall have no more than 30,000 miles at the time of delivery. The Contractor shall furnish vehicles as specified in the Schedule. B. Each vehicle shall meet the following minimum general requirements. 1. Tools: Appropriate lug wrench and jack with handle. 2. Seatbelt for each passenger measured by manufacturers standard line seating capacity 3. Two electric windshield wipers and windshield washers. 4. Two low-profile exterior and one interior rear view mirrors. 5. Air conditioning 6. Preuse service and inspection (new vehicles), and complete service (other vehicles) prior to delivery to the point of hire. 7. Proper and complete warranty and service documents shall accompany vehicles, which are under warranty. 8. Hubcaps shall not be furnished. 9. Two complete key sets. 10. Tires: All tires shall be of the manufacturers specified rated load capacity for each vehicle. All tires shall be all-terrain tires (AT). All tires shall have at least 90 percent useful tread life remaining at the time of delivery. All tires, including spare, on 4x4 vehicles, shall have traction tread. 11. Spare tire (AT), with wheel attached to vehicle, with factory mounted bracket. 12. Cooling systems shall be protected with anti-freeze to a minimum temperature of 0 degrees Fahrenheit. 13. Vehicles shall consist of domestic models. 14. May be either manual or automatic transmission, but will have power steering and brakes. 15. Full tanks (including auxiliary) will be supplied at point of hire. The Government will supply full tanks (including auxiliary) at point of release. C. Additional Requirements. The Government may drill four holes approximately 3/8 inch in the top of cargo bedside. Two holes will be placed on either side to secure a toolbox. The Government will not be responsible for the cost of repairing these holes. III. OPERATING SUPPLIES, MAINTENANCE AND REPAIRS. A. The Government shall furnish operating supplies and routine maintenance necessary to operate each vehicle for the purpose for which rented. The Contractor at no cost shall furnish tires, tubes and batteries requiring replacement, through normal use of the vehicle, to the Government. If a vehicle is unavailable for use due to necessary replacement of those items, rent will not accrue for that day(s). B. All repairs, excluding damages covered under FAR 52.228 8 (5/99), shall be the responsibility of the Contractor. Should the need for repairs develop, the Government will notify the Contractor and the Contractor shall: 1) have the vehicle repaired at this expense, 2) authorize the Government to make the repairs locally, the cost of which will be deducted from the Contractor?s payment, or 3) provide a replacement vehicle. Such repair or replacement shall be accomplished within three (3) calendar days following notification. Beginning with the calendar day following notification, the Government will make no payment until the vehicle is returned to service. C. The Government may make necessary emergency repairs of less than $100.00 and deduct the cost from the Contractor?s payment. If repairs are covered by a new car warranty, the Government will, if reasonably possible, have work done at a facility authorized to do warranty work. D. Towing charges are the responsibility of the Contractor unless cause of towing is due to negligent acts of the Government employees or agents. E. If the vehicle is damaged during the rental period, a Forest Service representative will obtain an estimate for necessary repairs. The estimate will be forwarded to the Contracting Officer (CO) and kept for comparison of Contractor?s claim. Contractor is responsible for submitting at least an itemized, signed statement by a reliable, disinterested party, along with his own itemized, signed statement. If payment has been made, the itemized signed receipt(s) will be evidence of payment. If acceptable, the Government will pay the least of the three. VI. REPLACEMENT EQUIPMENT. The replacement or substitution of equipment under this contract requires approval of the Contracting Officer (CO) in advance. A. When replacement or substitute equipment is required, the Contractor will deliver said equipment to the Point of Hire. B. The Contracting Officer must receive written notification one week in advance before rental equipment can be exchanged. 1. Inspection. The Contractor shall, jointly with the Government inspector, inspect the vehicle(s) at the time of delivery at the point of hire and again when released. Preuse and release inspections must be documented and signed by the Government inspector and the Contractor. It is especially important that any damage for which compensation may later be claimed be thoroughly described on the release inspection and supported by photographic or other evidence (such as accident reports or witness statements). UNLESS MUTUALLY AGREED TO, ADDITIONS OR MODIFICATIONS TO THE RELEASE INSPECTIONS WILL NOT BE ALLOWED AFTER THE GOVERNMENT?S AND CONTRACTOR?S REPRESENTATIVES HAVE SIGNED THE INSPECTION FORM. 2. Acceptance for Use. Any vehicle, which is determined to be in poor condition or improperly equipped, will be rejected. No rental will accrue on rejected vehicles. The Contractor shall either correct the deficiencies or provide a vehicle that meets specifications within four (4) calendar days after notification by the Contracting Officer of specific deficiencies. 3. Operation of Vehicles. Government license plates will be installed on each vehicle. The operation of the vehicle, throughout the contract period, will be subject to the same rules and regulations as are applicable to the operation of like Government owned vehicles. V. DELIVERY AND RETURN OF VEHICLES (POINT OF HIRE AND RELEASE). The Contracting Officer will place delivery orders for type and number of vehicles needed. The Contractor shall be given notice at least 10 days prior to required delivery date. Delivery to point of hire shall be made between the hours of 8:00 a.m. and 3:00 p.m., local time, Monday through Friday, excluding Government holidays. If deliveries are to be made by car carrier Contractor shall provide necessary help to unload vehicles at the delivery points. Vehicles may be ordered for any of the following delivery points. Boise National Forest. Boise N.F. Warehouse 1918 Commerce Street Boise, ID 83705 Contact: Henry Clark 208-384-3226. Emmett Ranger District 1805 Highway 16, room 5 Emmett, ID 83617 Contact: Dan Book 208-364-7044. Payette National Forest. 100 South Mission (FS Warehouse Yard) McCall, ID 83638 Contact: Howard Kemp 208-634-0753. Sawtooth National Forest. 2647 Kimberly Road East Twin Falls, ID 83301 Contact: Jerry Gibbons 208-737-3260. Humboldt-Toiyabe National Forest. 1200 Franklin Way Sparks, NV 89431 Contact: Pat Ward 775-355-5374. Provided the Contactor is not notified at least 10 days prior to the release date given, the Contractor can expect that the vehicle will be ready for pickup the next working day following the end of the rental period. Pick up vehicles will be made available between the hours of 8:00 a.m. and 3:00 p.m. Monday through Friday, excluding Government holidays. All vehicles will be released at the same locations as they were delivered. VI. EVALUATION FACTORS. Evaluation of quotes will include consideration of information provided by Contactors: 1) past experiences on similar projects, 2) past performance, and 3) prices. 1. Experience: Identify experience your company and key personnel have had in the past three years doing similar projects. 2. Past Performance: Address specific performance failures, quality, timeliness, and working relationships with the Government. Information provided on the experience questionnaire will be used to verify this information. 3. Price: Complete all items in the Schedule of Items. Only these factors listed will be evaluated. Contractors are advised to provide a complete response. VII. CONTRACT AWARD. Award may not necessarily be made to the Contractor submitting the lowest quote. Award will be made to the firm with the best value considering the evaluation criteria listed. The Government reserves the right to make cost/technical tradeoffs that are in the best interest of the Government. Award may be made without further negotiation. Quotes should be submitted initially at the most favorable price. VIII. AVAILABILITY OF FUNDS (FAR 52.232 18) (4/84). Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) IX. MEASUREMENT AND PAYMENT. Payment will be made for use of each vehicle on a monthly basis. Any use of vehicles outside of the standard month will be paid for at 1/30th of the monthly rate for each day of use. X. PERMITS AND RESPONSIBILITIES FAR 52.236 7, (11/91). The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractors fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work, which may have been accepted under the contract. XI. LOSS, DAMAGE, OR DESTRUCTION. The Government will assume liability for the loss, damage or destruction of equipment furnished under this contact, provided that no reimbursement will be made for loss, damage or destruction when due to 1) ordinary wear or tear, including, but not limited to, minor rips or tears in the upholstery, brush scratches, defined as scratches that do not go through all paint coats down to the metal, wear of paint and minor dents from loading, unloading and shipping of cargo on tail gates, top rails, and inner and outer portions of the box if so equipped, and chips to paint and windshields from flying gravel and rocks from roadway and cracks or chips to windshields which are smaller than a quarter ($.25 coin) 2) mechanical failure, or 3) the fault or negligence of the Contractor or his agents, or 4) design defects which allow or cause damage during normal operations. Parts that are replaced and paid for by the Government shall become the property of the Government and shall not be disposed of without approval of the Contracting Officer. Some of the parts in question, but not limited to, are box liners and rear bumpers. XII. CONDITION OF LEASED VEHICLES. Each vehicle furnished under this contract shall be of good quality and in safe operating condition, and shall comply with the Federal Motor Vehicle Safety Standards, 49 CFR 571, and State safety regulations applicable to the vehicle. The Government shall accept or reject the vehicles promptly after receipt. If the Contracting Officer determines that any vehicle furnished is not in compliance with this contract, the Contracting Officer shall promptly inform the Contractor in writing. If the Contractor fails to replace the vehicle or correct the defects as required by the Contracting Officer, the Government may a) by contact or otherwise, correct the defect or arrange for the lease of a similar vehicle and shall charge or set off against the Contractor any excess costs occasioned thereby, or b) terminate the contract under the Default Clause of this contact. XIII. TAGGING OF LEASED VEHICLES. While it is the intent that vehicles leased under this contract will operate on Federal tags, the Government reserves the right to utilize State tags if necessary to accomplish its mission. Should State tags be required, the Contractor shall furnish the Government documentation necessary to allow acquisition of such tags. Federal tags are the responsibility of the Government. XIV. THE FOLLOWING FAR clauses apply to this acquisition: 52.212 1 (1/05), Instructions to Offerors, Commercial Item; 52.212 2 (1/99), Evaluation, Commercial Item, paragraph a) the evaluation criteria will be delivery date and price; 52.204-8 (1/05) Annual Representations and Certifications. (a)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (b) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (b) applies. [ ] (ii) Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (b) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause #_________ Title ________ Date_________ Change ____________. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 52.204-7 Central Contractor Registration. (10/03). (a) Definitions. As used in this clause-Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the CCR database means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record Active. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. Quotes shall include a total price for each month for each of the four items. Quotes are due by close of business 03/10/05 at the SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Laurene Ness Braden at 208-373-4150 for additional information.
 
Place of Performance
Address: Boise, McCall, and Twin Falls, Idaho and Sparks, Nevada
 
Record
SN00751098-W 20050217/050215211642 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.