Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

P -- Abandoned Vehicle Towing Agreement

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
488410 — Motor Vehicle Towing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZTOWING
 
Response Due
5/9/2005
 
Archive Date
7/8/2005
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This is a no cost agreement to the Government agreement for towing services. The Government may require an agreement for the furnishing of all personnel, management, and any other items a nd services, not specifically identified as Government furnished, necessary to provide abandoned vehicle towing services on Ft. Carson, Colorado.NAICS Code is 488410 with a small business size standard of $6M. Performance period will be one three year agr eement. All interested small businesses are encouraged to contact the Contract Specialist via email to express interest in this requirement. Upon e-mail contact an electronic copy of the correctly formatted agreement will be sent to any interested parties. AGREEMENT TOWING/STORAGE/DISPOSITION OF VEHICLES FORT CARSON, COLORADO 1. This agreement, entered into on the day of _________, is between the United States of America, hereinafter called the Government, represented by the Contracting Officer, and,______ ____, hereinafter referred to as the Contractor. It is freely entered into for the mutual benefit of the parties, with the understanding that the Contractor shall provide services as described herein to the Government at no cost to the Government in return for the towing, storage, and disposition fees to be collected by the Contractor from vehicle owners or through legal disposal of vehicles as described herein. Rates shall be in accordance with the prices agreed and specified below. All vehicles towed for evidence will be stored at the evidence lot located at th e Provost Marshals Office (PMO), Fort Carson, CO. Arrangements for payment shall be coordinated with the PMO, Investigation Section. Individuals that are involved in motor vehicle accidents shall n ot be required to use the Contractor to tow their vehicles. 2.In consideration of the premises and of the mutual advantages occurring to the parties hereto, this agreement sets forth the duties and responsibilities of all parties, both those of the Contrac tor and those of the Government. 3. Services herein shall begin on the effective date of agreement and shall continue until ______. Either party may terminate this agreement prior to by giving thirty (30) days advanced notice of the effective date of termi nation. IN WITNESS WHEREOF, the parties hereunder have executed this agreement this _______ . THE UNITED STATES OF AMERICA __________________Department of the Army _______________ Fort Carson, Colorado By:__ By:_______ TITLE: TITLE: CONTRACTING OFF ICER DATE:_______________________ FEES/CHARGE SCHEDULE Services from: June 1, 2005 through May 31, 2006 ESTIMATED UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE PRICE 0001 ADMINISTRATION PROCESSING FEE 100 EA 0002 TOWING: ABANDONED VEHICLES 200 EA 0003 STORAGE FEE 4,500 DA 0004 DISPOSITION 75 EA 0005 WINCHING/WAITING FEE 12 EA GRAND TOTAL $ NOTES: DA - DAYS EA - EACH VEHICLE TOWED Quantities of services specified in the schedule above are estimates only. Actual services required may be less or greater than the quantities shown and shall not constitute the basis for a claim aga inst the government. SCOPE: The Contractor shall provide a complete wrecker and towing service. The purpose of the agreement is to temporarily impound privat ely-owned motor vehicles that are either abandoned, parked illegally for unreasonable periods, interfering with military operations, creating a safety hazard, disabled by incident, or left unattended in a restricted or controlled area at Fort Carson, Color ado. The Contractor shall also provide storage for the vehicles until they are claimed by their owners/lienholder or the required time for storage has expired. The Contractor shall dispose of the vehicles, by sale otherwise, if the owners/lienholders fail to claim them within the time limits specified below, release the vehicle to the Government, or the storage period as expired. 2. LICENSES AND PERMITS: The Contractor shall obtain all required licenses, permits, and insurance in compliance with all state and local laws and regulations for the purpose of doing business under this agreement at no expense to the Government. The Co ntractor shall, at time of agreement signing, provide certification of compliance with applicable state and local laws to the Cont racting Officer. 3. RESPONSIBILITIES. 3.1. The Contractor shall not proceed to tow a vehicle without receiving specific written instruction to do so from the Provost Marshals Office. In issuing such instruction, the Government assumes responsibility, and will hold the Contractor harmle ss from liability, for the decision to order the towing of the vehicle. 3.2 The Contractor shall be liable for any damage to the vehicle incurred during the towing operation, that is caused by or attributable to the neglige nce or intentional act of it or its employees, or damage to the vehicle incurred during the subsequ ent period of storage. Contractor shall not be held liable for damages incurred as a result of acts of God. 3.3. The Contractor shall not proceed to dis pose of a vehicle, by sale or otherwise, without receiving specific written instruction to do so from the Provost Marshal Office. In issuing such instruction, the Government assumes responsibility, and will hold the Contractor harmless from liability, for the decision to order the disposal of the vehicle. 3.4. The Contractor shall be liable for any subsequent claim brought by the owner of the vehicle, if the Contractor disposes of said vehicle without written instruction to do so from the Provost Marshals Office. 3.5. At no time during the agreement period will the Government become liable for any associated towing and storage fees or charges. All applicable fees or charges shall be collected by the Contractor from the owner or lienholder of the vehicle or through the sale and disposition of the vehicle after the required time for storage has expired. 4. IMPOUNDMENT AREA: 4.1 The Contractor shall provide proper accountability and security of the towed vehicles in its impoundment area. The impoundment area sh all be provided by the Contractor, shall meet the security and accountability standards as required by Army Regu lation 190-5, Motor Vehicle Traffic Supervision, paragraph 6-3b, as it pertains to the protection of each stored vehicle against damage and the ft. Prior to the Contractor transporting towed vehicles from Fort Carson to its impoundment area, the Fort Carso n Provost Marshal, or his designated representative, will conduct an on-site inspection of the Contractor proposed impoundment area to ensure i t meets applicable security and accountability standards. If the Provost Marshal finds the impoundment area me ets the applicable standards, he will approve the area for use in writing. Follow-up inspections may occur on a semi-annual basis. 4.2 The Provos t Marshal Office shall be granted access to all vehicles located in the Contractor impoundment area and towed from Fort Carson, Colorado, until final disposition. Such access shall include inspection of towed vehicles and the storage area. The Provost Mars hal Office will coordinate all visits to the enclosed storage area with the Contractor. 5. CONTRACTOR VEHICLES: 5.1 Each vehicle which is used by the Contract or in the performance of this agreement shall comply with motor vehicle and traffic requirements of the laws of Colorado. 5.2 The Contractor shall comply with all applicable requirements of Fort Carson Regulation No. 190-5, Chapter 1, Motor Vehicle Traffic Regulation in effect during the performance of this agreement. All Contractor - owned and/or operated vehicles ope rated on the installation shall be registered within three working days prior to/after the effective date of this agreement by making applic ation to the Provost Marshal Vehicle Registration Section on DA Form 3626, VEHICLE REGISTRATION AND DRIVER RECORD. Evidence of vehicle ownership and vehicle liability insurance shall be presented upon application for vehicle registration. Contractor shall ensure his employees performing under this contract comply with this requirement. 5.3 The Contractor shall be bonded or insured as required by the state and provide proof to the Contracting Officer within ten working days after signing the agreement. 6.A DMINISTRATION AND RECORD-KEEPING: During the performance of all work required under this contract, the Contractor shall keep all records required by Part 21, Article 4, Title 42 of the Colorado Revised Statutes, Vehicles Abandoned on Private Property , as well as those required by Chapter 6 of AR 190-5, DoD Regulation 4160.21-M, and Title 10, United States Code Section 2575 (hereinafter 10 U.S.C. Section 2575). In the event of a conflict between the Colorado Statute and a Government provision, the Gov ernme nt provision will control. 6.1 Both the Government (The Provost Marshal Office) and the Contractor individually shall maintain a record system of all vehicles towed and/or stored from Fort Carson. Such records shall include the following: DD Form 2504 - Abandoned Vehicle, DD Form 2505 - Abandoned Vehicle Removal Authorization, DD Form 2506 - Vehicle Impoundment Report, DD Form 2507 - Notice of Vehicle Impoundment and DA Form 4137 - Evidence/Property Custody Document (when applicable). The DD Form 25 04, 2505, 2506, 2507, and DA Form 4137 (if applicable) shall be completed by a member of the Provost Marshals Office. The originals will remain with the Provost Marshal Office, and a copy of each relevant record will be provided to the Contractor. 6.2 In addition, a record of the following data shall be maintained if not included in the forms above. a. The date and time the Contractor was contacted and requested to perform the service. b. The name of the person requesting the service. c. The date, time and location of impoundment. d. The service charge and fees. e. Complete documentation of any sale or disposition of the vehicle, including documentation of all efforts to determine the identity and address of the owner/lienholder, as well as copies of all no tices sent to the owner/lienholder, and any related billin gs to owner/lienholder. f.If vehicle is claimed, in addition to the relevant identifying data of the vehicle, the date, time, and name of the person (owner or lienholder) vehicle is released to, as well as a complete listing of all charges and fees assessed. g. If vehicle is sold, in addition to the relevant identifying data of the vehicle, a complete listing of all charges and fees assessed, the estimated blue book value of the vehicle at the ti me of sale, the total amount received for the vehicle, including any applicable sales tax; and the net amount to be provided to the Government, if applicable. 6.3 The Contractor shall provide a copy of the information listed in paragraphs d, e, f, and g ab ove for all vehicles towed and impounded from Fort Carson to the Provost Marshal Office on a monthly basis. The Contractor shall additionally provide a list identifying the dollar value (net) and the owner/lienholder, if known, of each sale that will be tu rned in for deposit to the the Government. A check, payable to the Fort Carson MWR Fund, and encompassing al l proceeds from sales for that month, also will be remitted to _______. The Contractor shall concurrently forward a copy of each report submitted to the Provost Marshal Office to the Directorate of Contracting, Fort Carson, Colorado 80913. 6.4 All records required herein shall be made available upon req uest at any time to the Provost Marshal Office, Fort Carson, Colorado. 6.5 The Contractor shall maintain its records for the duration of the agreement plus two years or until the last vehicle is discharged in accordance with 10 U.S.C. Section 2575(a) and D epartment of Defense (DoD) 4160.21-M, Chapter VI, B40, whichever is later for inspection and other purposes. At the end of that period any originals shall be turned over to the Provost Marshal Office. 7. COORDINATION: The Contractor shall furnish the Contr acting Officer with one telephone number to be used to request service during the day and one to be used to request service during the night. Service shall be available 24 hours a day, seven days per week, year round. Any change in the telephone numbers sh all immediately be reported to the Contracting Officer. 8. HOURS OF PERFORMANCE: Contractor service will be required 24 hours a day with the primary need for services occurring between 7:30 a.m. through 5:00 p.m., Monday through Friday. The Contractor also shall maintain reasonable business hours, to inclu de operating on weekends. Individuals needing to pick up their vehicles from impoundment shall do so during normal Contractor operating hours. 9. RESPONSE TIME: The contractor shall have a maximum of two hours in which to respond to a call for service. If a call for service is placed with a dispatching service, Contractor shall call the PMO and advise of a response time. 10. INVENTORY: 10.1 The Provost Marshal Office will not inventory vehicles prior to Contractor pickup. Abandoned and impounded vehicles will be jointly inventoried by the Provost Marshal Office representative and the Contractor at the point of transfer of responsibility of the vehicle to the Contractor. Inventory shall include such thi ngs as the condition of the vehicle exterior and interior (including any dents, scrapes, missing hub caps, equipment or items, etc.) and an estimate of its current fair market value (blue book value). A copy of the joint inventory (DD Form 2506 - Vehicle I mpoundment Report) shall be maintained by the Contractor and Provost Marshal Office. Any damages discovered thereafter and not documented by joint inventory shall be the sole responsibility of the Contractor. 10.2 When privately owned or Government propert y is found in the vehicle, it shall be inventoried and a DA Form 4137 shall be completed. Any private property (excluding toiletries, used/soiled personal items, or undergarments having no value, except to the original owner) shall be turned over to th e Provost Marshal Property Custodian for handling and disposition. Government-owned property must be immediately returned to the Military Police. 11. Towing and temporary impoundment of vehicles for violations of the installation traffic code resulting f rom involvement in criminal activities shall be accomplished under separate agreement. Towing and temporary impoundment of vehicles as a result of involvement in criminal activities are not covered by this contract. 12. IMPOUNDMENT 12.1 The Contractor shall comply with procedures for impoundment and disposition of vehicles after impoundment in accordance with 10 U.S.C. Section 2575, Department of Defense Instruction (DoDI) 4160.21-M Chapter VI B40 and Army Regulation (AR) 190-5, Chapter 6. These procedu res include, but are not limited to, ensuring established mandatory notification requirements and time limits have been adhered to; releasing vehicles claimed by the rightful owners or lienholders upon payment of assessed charges and in accordance with app licable laws and regulations; and disposing of unclaimed or abandoned vehicles by sale. For the purposes of this paragraph, the term owner shall include the ow ner of a vehicle, his or her heirs, next of kin, or legal representative. a.An owner has 120 days from the date notification of vehicle impoundment (DD Form 2507) was mailed to him or her, as the last known owner, to claim the vehicle. If the vehicle remai ns unclaimed after 120 days, but a lienholder is known, the vehicle will be released to the lienholder, subject to the lienholder paying all associated impoundment and handling fees. b. If, after 120 days from the date notification of vehicle impoundme nt (DD Form 2507) was mailed to the last known owner, the vehicle is unclaimed and no lienholder is known, the Fort Carson Installation Commander, or his designated representative, s hall appoint a board, comprised of one or more commissioned or non-commis sioned officers, to conduct an inquiry and establish findings as per DODI 4160.21-M, Chapter VI B40. c. Based upon the results of the Board, the last known owner shall be notified that the vehicle will be disposed of, by sale, at a specified place and time , 45 days from the date notification is sent. If, after 45 days, the owner does not claim the vehicle, the vehicle may be sold. d.If the owner gives up his or her rights to the vehicle at any time in the process, by signing the appropriate section of DD Fo rm 2507 and returning it, and no lienholder exists, following Board concurrence, the vehicle may be disposed of by sale.12.2. If an impounded vehicle is determined to be stolen, the Provost Marshal shall notify the Colorado Crime Information Center and the owner of the location of such motor vehicle within 72 hours after receiving notice that such vehicle is a stolen vehicle. The Contractor will release the vehicle to the owner without delay and unless directed otherwise by competent authority.12.3 Abandone d vehicles that have been towed by the Contractor which are found later to have evidentiary value are not covered by this contract. Arrangements for payment of charges for such vehicles shall be coordinated with the Provost Marshal Office. 13. FEE AND C HARGES: 13.1 GENERAL. The proceeds from the sale of an abandoned vehicle found on Fort Carson first shall be used to cover the costs of collecting, storing, transporting, and selling said abandoned vehicle. The total costs incurred for said collection, storage , handling, and sale shall not exceed 20 percent of the gross sales price. 13.2 WINCHING AND WAITING: Contractor shall be permitted to charge for the winching and waiting services when winching is necessary as a result of the location of the vehic le, or when the Contractor has been summoned to perform services and is unable to do so immediately due to unforeseen circumstances, such as the need to await completion of rescue squad operations. Time shall begin when the Contractor arrives at the scene of an accident and concludes either when the winching operation is complete or when the contractor is able to begin other named services. Time shall be rounded to the nearest one-half hour. At no time will Contractor be allowed to begin time if an error ha s occurred on his part, i.e., must depart and return due to wrong equipment, vehicle or personnel. 13.3 ADMINISTRATION PROCESSING FEE: The Contractor shall be permitted to charge an administrative fee per action to include a possible abandonment processing fee and postage certified notification letters to the lienholder or owner and the DMV of the appr opriate state. 13.4 OTHER FEES AND CHARGES: The Contractor shall determine his/her fees for each vehicle based on the unit prices from the Fees/Charges Sched ule for wrecker and storage fees. 13.5 The Contractor will estimate a realistic price for sales of vehicles using dealer Blue Book values as a guideline. 14.Upon the final sale or other disposition of a vehicle, the funds collected that exceed the permissi ble towing and impoundment charges assessed against the vehicle shall be forwarded by the Contractor via check payable to the ___________, within ten days fr om date of disposition. Associated records shall be provided to permit individual identification of the original owner/lienholder, if known, on all sales. The Contractor is cautioned that monies generated from disposal of unclaimed vehicles may, on occas ion, be insufficient to cover all fees. 15. APPLICABLE DOCUMENTS: Documents applicable to this agreement are identified herein. The Contractor shall adhere to those documents identified as mandatory unless otherwise specified herein. Supplements and/or ame ndments to mandatory publications may be issued during the life of the agreement and shall be considered to be in full force and effect as of the effective date of the supplement and/or amendment unless it requires additional performance effort by the Cont ractor. In such cases, the Contract or shall notify the Contracting Officer. If compliance is required, a modification to the agreement shall be negotiated. Contractor shall conform to all federal, state, and local laws and/or regulations concerning the to wing, storage, impoundment and dis position of such vehicles. It is the duty of the Contractor to ascertain all applicable laws and changes as they are made. The listed documents and changes thereto shall be maintained at the Provost Marshal Office whe re the Contractor may review them. In the event of a conflict between provisions of law or regulation, federal laws and regulations shall take precedence. All referenced forms will be furnished to the Contractor at contract start. 16. INDEMNIFICATION: The Contractor agrees to indemnify and hold harmless the United States Government against any and all claims, demands, suits, judgments, costs, charges and expenses arising out of or in connection with any loss, damage, or injury resulting from any act or omission of the Contractor which act or omission arises out of or is connected with the performance of the terms and conditions of this contract.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00793524-W 20050423/050421212015 (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.