Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

X -- The Army Contracting Agency, Southern Region, Directorate of Contracting, Fort Bliss, is soliciting firm fixed price proposals to provide short and long term storage of Privately Owned Vehicles (POVs).

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-05-R-0019
 
Response Due
8/1/2005
 
Archive Date
9/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined Synopsis/Solicitation for Commercial Services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 and supplemented with additional information as included in this notice. This announcement c onstitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation # is W911SG-05-R-0019 and is issued as a Request for Proposal (RFP). The RFP will result in a firm fixed price requirement con tract. This solicitation is set-aside for 100% small businesses. The Standard Industrial Classification Code (SIC) is 7521 and applies to businesses of a size standard with less than $6 million annual receipts. The 2002 North American Industry Classific ation System (NAICS) Code for this acquisition is 812930. In the event no small business proposals are received, the small business set-aside will be dissolved and proposals will be accepted from large businesses without resoliciting the requirement. Off eror must be Central Contractor Registered (CCR). Offerors are required to provide their Contractors DUNS Number, Tax Identification Number, and Commercial and Government Entity (CAGE) Code with their proposal. Offerors must be able to accept payment th rough Electronic Funds Transfer. Offeror must complete copy of FAR 52.212-3 Offeror Representation and Certifications  Commercial Items (Mar 2005), which applies to this RFP, and submit it with their proposal. The Directorate of Contracting, Ft Bliss, T X has a requirement for a Vehicle Storage Contract for One (1) Base Year Plus Four (4) One-Year Option Years. The purpose of this contract is to provide vehicle storage for Ft Bliss personnel. The Performance Work Statement (PWS) is worded as such: The contractor shall be able to store Privately Owned Vehicles (POVs) on a Short and Long Term Storage requirement for a minimum of one (1) vehicle to a maximum of 500 vehicles for a period of up to 180 calendar days, with the capability of storing as many as 50 vehicles at a time with a 24-hour notice within a radius of ten (10) miles from Fort Bliss, Texas. Short Term requirements are Service Members on Temporary Duty (TDY) / Training orders less than six (6) months. Long Term requirements are Service Membe rs on Permanent Change of Station (PCS), Training Orders, and Deployment orders for one (1) year or more. Parking areas should be well lighted, fenced, indoors, secured, and be accessible twenty four (24) hours a day, seven (7) days a week. The contracto r and the vehicle owner will conduct an initial and final checklist for dents and scratches; and note and sign them. Owners of vehicles are to maintain their insurance coverage while vehicle remains in storage during their PCS, Training Orders, TDY, or De ployed tour. The contractor will be responsible to provide shuttle service, if requested, by the Service Member to point of departure and from the point of arrival at no expense to the Government or Service Member. The contractor will be responsible for maintaining secure control of vehicle keys. The contractor shall establish and maintain an up-to-date locator system which will permit the prompt identification and location of the stored vehicles. The contractor shall provide vehicle servicing to ensure maintainability; such as removing batteries, starting vehicles on a periodic basis, using jack-stands to prevent tire dry-rot, etc., while in storage. Upon the Service Members return, contractor shall, if required, assist with jump starting dead batteri es, inflating low tires, and cleaning windshields, rear window / wash vehicle at no additional cost to the Government or Service Member. The contractor is not responsible for items left in vehicles or any mechanical problems, except as stated above (jump start and inflate low tires). The risk of loss or damage to the stored vehicles shall remain with the contractor during the time they are stored. LINE ITEMS: This solicitation consists of three (3) Line Items each for the base year and option years. The Option Year Line Items have the same Item Description as the Base Year Line Items. Offerors shall submit prices on all of the following items. The descripti on for each Line Item is as follows: Base Year (01 Sep 05  31 Aug 06), Line Item 0001 Indoor Vehicle Storage Service Per Vehicle/Per Day (Estimate: 100 Vehicles x 365 Days = 36,500), Quantity: 36,500 each x Unit Price: $_______, Extended Price: $________ ; Line Item 0002: Inbound Service Fee Per Vehicle (Estimate: 100 Vehicles), Quantity: 100 each x Unit Price: $________, Extended Price: $________; Line Item 0003: Outbound Service Fee Per Vehicle (Estimate: 100 Vehicles), Quantity: 100 each x Unit Price: $________, Extended Price: $_________; Option Year 1 (01 Sep 06  31 Aug 07), Line Item 1001, Quantity: 36,500 each x Unit Price: $________, Extended Price: $_______; Line Item 1002, Quantity: 100 each x Unit Price: $________, Extended Price; $_________; Line Item 1003, Quantity: 100 each x Unit Price: $_______, Extended Price: $________; Option Year 2 (01 Sep 07  31 Aug 08), Line Item 2001, Quantity: 36,500 each x Unit Price: $________, Extended Price: $_________; Line Item 2002, Quantity: 100 each x Uni t Price: $_________, Extended Price: $_________; Line Item 2003, Quantity: 100 each x Unit Price: $_________, Extended Price: $_________; Option Year 3 (01 Sep 08  31 Aug 09), Line Item 3001, Quantity: 36,500 each x Unit Price: $_________, Extended Price; $_________; Line Item 3002, Quantity: 100 each x Unit Price: $_________, Extended Price: $________; Line Item 3003, Quantity: 100 each x Unit Price: $__________, Extended Price: $_________; Option Year 4 (01 Sep 09  31 Aug 10), Line Item 4001, Quantity: 36,500 each x Unit Price: $________, Extended Price: $________; Line Item 4002, Quantity: 100 each x Unit Price: $_________, Extended Price: $_________; Line Item 4003, Quantity: 100 each x Unit Price: $___________, Extended Price: $__________. Grand tota l of proposal including the base year and option years: $_____________. Copies of FAR Clauses/Provisions may be accessed via the Internet at www.arnet.gov or www.farsite.hill.af.mil. The following FAR Clauses and Provisions apply to this RFP. FAR 52.212 -1 Instructions to Offerors -- Commercial Items (Jan 2005); FAR 52.212-2 Evaluation  Commercial Items (Jan 1999); FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct. 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2005); FAR 52.216-4 Economic Price AdjustmentLabor and Material (Jan 1997); FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995); FAR 52.216-21 Requirements (Oct 1995); FAR 52. 217-5 Evaluation of Options (Jul 1990); FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.228-5 Insurance-Work on a Governmen t Installation (Jan 1997); FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984); FAR 52.233-2 Service of Protest (Aug 1996); FAR 52.237-3 Continuity of Services (Jan 1991); FAR 52.242-13 B ankruptcy (Jul 1995); FAR 52.243-1 Alternate I ChangesFixed Price (Aug 1987); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); FAR 52.252-5 Authorized Deviations in Provi sions (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); DFARS 252.223-7004 Drug  Free Work Force (Sep 1988); DFARS 252.223-7006 Prohibition on Stora ge and Disposal of Toxic and Hazardous Materials (Apr 1993); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.237-7003 Require ments (Dec 1991); DFARS 252.237-7006 Subcontracting (Dec 1991); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991); and DFARS 252.204-7004 Central Contractor Registration Alt A (Nov 2003). The following FAR Clauses cited in FAR 52.212-5 also apply to this RFP: 52.203-6 Restrictions on Subcontractor Sales to the Government w/Alt I (Jul 1995); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation w/Authorities and Remedi es (Jun 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affi rmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.225-1 Buy American Act  Supplies (Jun 2003); 52.225-13 Restrictions on Certain Foreign Purchases (Mar 2005); 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003); 52.222-41 Service Contract Act of 1965 (May 1989); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43 Fair Labor Standards Act and Service Contract Act  Price Adjustment (Multiple Year and Option Contracts) (May 1989); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). Department of Labor W age Determination Number 1994-2511 (Revision No. 26), dated 05/23/2005 for the El Paso area apply. FAR 52.212-2 - Evaluation will be based on price, technical capability, and past performance. In accordance with FAR 52.212-2 Evaluation-Commercial Items ( Jan 1999), Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Proposals are evaluated for acceptability, but not ranked using the non-cost factors. The best va lue to the Government will result from the selection of the technically acceptable proposal with the lowest evaluated price. The award evaluation factors for award are as follows: (1) Price  This is a firm-fixed price acquisition. Initially proposals will be ranked and evaluated for completeness. An offerors proposed price will be determined by multiplying the quantity by the unit price for each CLIN to confirm the extended amount for each year. Offerors shall propose a price for each CLIN. (2) Te chnical  The Government will evaluate the submitted technical information required by FAR Provision 52.212-1 based on acceptable or unacceptable. Acceptable is defined as meets the capability or performance as identified in the requirement. Unacceptable is defined as fails to meet the capability or performance as identified in the requirement. (3) Past Performance  The Government will evaluate the submitted past performance information required by FAR Provision 52.212-1 and may use information from ot her sources to review offerors ability to perform the contract successfully. However, a comparative assessment will not be performed. Required Past Performance Information: Offerors shall submit three (3) references for contracts performed within the l ast five (5) years (past and/or present), 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 (if applicable), Agency Name, contact numbe rs, period of performance, Contracting Officers Name, telephone and fax numbers for each contract. Name and Phone Number of Administrator, Customer Name and Phone Number, and Description of Service. A self-assessment of how well you performed on each of the contracts. Past Performance Data do not have to be through a Government Agency. Offeror shall submit a paragraph describing the technical aspects and lo cation of service. The Government will evaluate proposals for award purpose by adding the total price for all options to the total price for the basic requirement. This will be awarded in the aggregate. The Government may determine that a proposal is un acceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). This requirement will be awarded to the offer that is most advantageous to the Government based on the factor s stated. Proposal must be in writing and must include a signature. Responses to this solicitation are due not later than 3:30 p.m. Monday, 1 August 2005. Mail to: Directorate of Contracting, ATTN: Lois Ward, Bldg 2021 Club Road, Fort Bliss, TX 79916 . Facsimile proposals will be accepted at (915) 568-2642.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00846370-W 20050715/050713212331 (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.