Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
MODIFICATION

X -- This is an amendment to the original announcement posted on 13 July 2005 for firm fixed price proposals to provide short and long term storage of Privately Owned Vehicles (POVs).

Notice Date
8/4/2005
 
Notice Type
Modification
 
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
8/15/2005
 
Archive Date
10/14/2005
 
Point of Contact
Lois Ward, (915) 568-2642
 
E-Mail Address
ACA, Fort Bliss
(lois.ward@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Revision of the Combined Synopsis/Solicitation for Commercial Services for Vehicle Storage posted to FedBiz 13 July 2005. The Solicitation # is W911SG-05-R-0019, with a Revised Response date of 15 August 2005. All requirements stated in the basic Combined Synopsis/Solicitation is still required. A new Clin 0004 is added to the Price Schedule. The Performance Work Statement (PWS) is modified as follows and supersedes the original PWS posted: The contractor shall be able to store Privatel y Owned Vehicles (POVs) on a Short and Long Term Storage requirement 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 Member s on Temporary Duty (TDY) / Training orders less than six (6) months. Long Term requirements are Service Members 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 contractor 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 m aintain their insurance coverage while vehicle remains in storage during their PCS, Training Orders, TDY, or Deployed tour. The contractor will be responsible to provide shuttle service, if requested by the Service Member, to point of departure under Inbo und Service and from the point of arrival under Outbound Service at no expense to the Government or Service Member within a 10 mile radius of Fort Bliss, Texas. The contractor will be responsible for maintaining secure control of vehicle keys. The contra ctor 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, etc., while in storage. Upon the Service Members return, contractor shall, if required, assist with jump starting dead batteries, inflating low tires, and cleaning windshields, rear window / wash vehicle at no additional cos t 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. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including s ubcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information i ncludes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, addre ss, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments ( including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associat ed with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provide d on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide t he estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each c alendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for se parate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The following is the Revised Price Schedule for the four (4) Line Items for the Base Year and Option s Years and supersedes the Line Items in the original solicitation posted. LINE ITEMS: This solicitation consists of four (4) 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 for all four (4) Line Items for the Base Year and Options Years. The description 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: 1-1000 Vehicles), Quantity: 1 (Estimate) each x Unit Price: $_______, Extended Price: $________; Line Item 0002: Inbound Service Fee Per Vehicle (Estimate: 1-1000 Vehicles), Quantity: 1 (Estimate) each x Unit Price: $________, Extended Pric e: $________; Line Item 0003: Outbound Service Fee Per Vehicle (Estimate: 1-1000 Vehicles), Quantity: 1 (Estimate) each x Unit Price: $________, Extended Price: $_________; Line Item 0004: Contractor Manpower Reporting Requirement, Quantity: 1 Lot x Unit Price: $______, Extended Price: $_______; Option Year 1 (01 Sep 06  31 Aug 07), Line Item 1001, Quantity: 1 (Estimate) each x Unit Price: $________, Extended Price: $_______; Line Item 1002, Quantity: 1 (Estimate) each x Unit Price: $________, Extended Pr ice; $_________; Line Item 1003, Quantity: 1 (Estimate) each x Unit Price: $_______, Extended Price: $________; Line Item 1004: Contractor Manpower Reporting Requirement, Quantity: 1 Lot x Unit Price: $______, Extended Price: $_______; Option Year 2 (01 Se p 07  31 Aug 08), Line Item 2001, Quantity: 1 (Estimate) each x Unit Price: $________, Extended Price: $_________; Line Item 2002, Quantity: 1 (Estimate) each x Unit Price: $_________, Extended Price: $_________; Line Item 2003, Quantity: 1 (Estimate) eac h x Unit Price: $_________, Extended Price: $_________; Line Item 2004: Contractor Manpower Reporting Requirement, Quantity: 1 Lot x Unit Price: $______, Extended Price: $_______; Option Year 3 (01 Sep 08  31 Aug 09), Line Item 3001, Quantity: 1 (Estimate ) each x Unit Price: $_________, Extended Price; $_________; Line Item 3002, Quantity: 1 (Estimate) each x Unit Price: $_________, Extended Price: $________; Line Item 3003, Quantity: 1 (Estimate) each x Unit Price: $__________, Extended Price: $_________; Line Item 3004: Contractor Manpower Reporting Requirement, Quantity: 1 Lot x Unit Price: $______, Extended Price: $_______; Option Year 4 (01 Sep 09  31 Aug 10), Line Item 4001, Quantity: 1 (Estimate) each x Unit Price: $________, Extended Price: $______ __; Line Item 4002, Quantity: 1 (Estimate) each x Unit Price: $_________, Extended Price: $_________; Line Item 4003, Quantity: 1 (Estimate) each x Unit Price: $___________, Extended Price: $________; Line Item 4004: Contractor Manpower Reporting Requirement, Quantity: 1 Lot x Unit Price: $______, Extended Price: $_______. Grand total 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 are deleted: FAR 52.216-4 Economic Price AdjustmentLabor and Material (Jan 1997); DFARS 252.237-7003 Requirements (Dec 1991 ); and DFARS 252.237-7006 Subcontracting (Dec 1991). The following applicable FAR Clauses and Provisions are added to the Solicitation in full text and filled-in: FAR 52.216-18 Ordering (Oct 1995), (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 01 September 2005 through 31 August 2006. (b) All delivery orders or task orders are subje ct to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposi ts the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause); FAR 52.216-19 Order Limitations (Oct 1995), (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one (1), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not oblig ated to honor: (1) Any order for a single item in excess of 350; (2) Any order for a combination of items in excess of 350; or (3) A series of orders from the same ordering office within one (1) week that together call for quantities exceeding the limitat ion in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any o ne requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order lim itations in paragraph (b), unless that order (or orders) is returned to the ordering office within three (3) days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause); FAR 52.216-21 Requirements (Oct 1995), (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Governments requirements do not result in orders in the qua ntities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering claus e. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering c lause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to pur chase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 August 2006. (End of Clause); FAR 52.217-8 Option to Extend Services (Nov 1999), The Government may require co ntinued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days before the expiration of the contract. (End of Clause); FAR 52.2 17-9 Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its in tent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years six (6) months. (End of Clause); FAR 52.233-2 Service of Protest (Aug 1996), (a) Protests, as defined in section 33.101 of the Fed eral Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknow ledgment of receipt from ACA, Directorate of Contracting, ATTN: Frankye Wehmhoner, SFCA-SR-BL, Building 2021 Club Road, Fort Bliss, Texas 79916-6812 (b) The copy of any protest shall be received in the office designated above within one day of filing a pr otest with the GAO. (End of Provision). FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998), This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in fu ll text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submittin g the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/ these address(es): http://vsearch1.eps.gov/servlet/SearchServlet. (End of Provision). FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contra ct incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically a t this/these address(es): http://vsearch1.eps.gov/servlet/SearchServlet. (End of Clause). FAR 52.252-5 Authorized Deviations In Provisions (Apr 1984), (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision wi th an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) provision with an authori zed deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Provision). FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulations Supplement (48 CF R Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Clause). QUESTIONS ASKED: The following are responses to questions that were submitted: (1) What is the frequency that jack stands would be required for the vehicles? That portion about the jack stands have been deleted from the solicitation. (2) Would shuttle service for people dropping off vehicles or picking up vehicles be provided and limited to the El Paso cit y limits or within some other mile radius of place of performance of contract? Shuttle service, if requested by the Service Member, will be within the 10 mile radius of Fort Bliss, Texas. (3) What are the limitations for driving vehicles within the buil ding or around the property for washing of vehicles or maximizing use of space? There really are no limitations as far as driving the vehicles in order to park them or get them washed, which should be the only time the vehicles should be moved. That is a t the discretion of the contractor. There should not be any other reason the vehicles would need to be moved. (4) Would the contractor be able to move vehicles from original place of performance or to another place of performance as long as the building met the location, security, lighting, etc., of the requirement? There should be only one facility where the vehicles would be stored. Upon notice to and acceptance by the Government the performance location may be changed if within the terms and conditi ons of the contract. (5) Would the contractor be able to move the vehicles by driving or towing? This is also at the discretion of the contractor, just as long as damage is not done to the vehicle. Responses to this solicitation are due not later than 3:30 p.m. Monday, 15 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK05/W911SG-05-R-0019/listing.html)
 
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
SN00863017-F 20050806/050804213547 (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.