Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2008 FBO #2509
SOLICITATION NOTICE

V -- Towing Services

Notice Date
10/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488410 — Motor Vehicle Towing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
165413
 
Response Due
10/14/2008
 
Archive Date
10/15/2008
 
Point of Contact
Susan L Papa-Provost, Phone: (202) 406-6782, Patricia A. Kiely, Phone: 202-406-6940
 
E-Mail Address
Susan.Papa-Provost@usss.dhs.gov, patricia.kiely@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This a combined synopsis/solicitation for services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 165413 is issued as a Request for Quotations (RFQ) through Federal Acquisition Circular 05-26. The NAICS code is 488410 - Motor Vehicle Towing as total small business size standard in dollar amount is $6.5 million. This procurement is a total small set aside to a company in the local area. Local area is defined as a company within a 20 mile radius. The Government intends to award at least one Blanket Purchase Agreement (BPA) Contract and may make multiple awards. The period of performance will be from date of award for 12 months (base period) with two option periods of 12 months. Overview of the Requirement: The United States Secret Service (USSS) has a requirement for vehicle towing based on the Statement of Work (SOW). (See Section IV) Part I. Pricing: the offeror shall provide a price for each individual repair or services listed below: 0001 Base Year BPA for towing services. Date of Award through 30 September 2009. Offeror is to provide a unit cost of towing rates per vehicle for: SEDANS FORD CROWN-VIC CHEVY IMPALA SUV FORD EXPLORER CHEVY SUBURBAN CHEVY TAHOE MINI VANS DODGE CARAVAN SPECIALTY VEHICLES CHEVY 3500 VAN CARGO VAN DODGE RAM 2500 P/U CHEVROLET C5500 W/16' BOX GVW 18,000 Pounds FORD CUBE TRUCK F450 W/ 20‘ BOX 0002 Option Year I (1 October 2009 - 30 September 2010) 0003 Option Year II (1 October 2010 - 30 September 2011) Part II: The name, title, telephone number, fax number and email address of the point of contact. Part III: The nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the 488410. The Taxpayer Identification Number is necessary for electronic payment. Evaluation Factors: The Government intends to award a fixed price contract to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. This requirement will be a blanket purchase agreement contract. All responsible local small business sources meeting the requirements may submit a quotation which will be considered by the USSS. The following DHS Provisions are applicable: 3052.209-70 Prohibition of Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of the Secret Service Name; 3052.213-90 Terms and Conditions of Blanket Purchase Agreement (BPA) The following FAR Provisions and clauses apply to this acquisition: FAR 25.001 Buy American Act FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-7 Central Contract Registration FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial FAR 52.212-4 Contract Terms and Conditions; FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes Execute Orders-Commercial Items Award will be based on: 1) price; and the capability of the services offered to meet the above stated salient characteristics 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 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference. **By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database (www.ccr.gov) prior to award during performance, and through final payment from any award resulting from this solicitation. **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotations are due by Tuesday, October 14, 2008 4:00pm EST. Quotations must include all materials referenced here, and should be sent via email to Susan.Papa-Provost@usss.dhs.gov or via fax to 202-406-6801. For additional information or questions regarding this solicitation, contact Susan Papa-Provost. The Government will not be responsible for any costs accrued by the vendor in response to this solicitation. IV. Statement of Work The towing service shall be capable of towing vehicles ranging from a motorcycle to a box truck of at least 26000 LBS (GAWK) as follows: SEDANS FORD CROWN-VIC CHEVY IMPALA SUV FORD EXPLORER CHEVY SUBURBAN CHEVY TAHOE MINI VANS DODGE CARAVAN SPECIALTY VEHICLES CHEVY 3500 VAN CARGO VAN DODGE RAM 2500 P/U CHEVROLET C5500 W/16' BOX GVW 18,000 Pounds FORD CUBE TRUCK F450 W/ 20‘ BOX When the vehicle is unaccompanied by USSS Personnel, the written receipt shall be faxed to the initial USSS requestor. The vendor must be located within local area. Local area is defined as a company within a 20 mile radius of Washington DC. Qualifications The vendor will possess a valid current licensed, bond and insurance for towing within 100 mile radius of Washington DC. The towing company shall be capable of providing towing services within a 100 mile radius of Washington, DC. The towing company must provide a vehicle storage area that is enclosed (fenced or walled) and have an active security systems. The towing company shall ensure that a tow truck is responding to the USSS towing service call within 30 minutes of receiving the call. Deliverables and Delivery Schedule The Secret Service/UD will decide the final destination for all towed vehicles initiated by the Secret Service. Vendor must have a vehicle storage area that is enclosed (fenced or walled) and have a security deterrence systems. The towing company shall provide a written receipt showing the dispatch time, hook-up time/location, delivery time/location, towed vehicle's description of make/model/color/tag #, tow truck drivers name (printed), signature and truck number. If applicable, also include the USSS representative name at the scene with the vehicle on the receipt. The towing company shall provide one monthly invoice with one total for the month. Accompanying the monthly invoice the towing company will also provide each individual towing receipt for each tow that occurred during the month. Government Furnished Equipment and Information The vendor will furnish all equipment and supplies utilized in towing the vehicle.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4d9a9cf1480008a0d4fbfaeef2463503&tab=core&_cview=1)
 
Place of Performance
Address: 950 H St. NW, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01689326-W 20081009/081007215736-4d9a9cf1480008a0d4fbfaeef2463503 (fbodaily.com)
 
Source
FedBizOpps 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.