Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
MODIFICATION

W -- Light Sets

Notice Date
7/20/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
na, vienna, VA 22181
 
ZIP Code
22181
 
Solicitation Number
W9124B-10-T-3309
 
Response Due
7/22/2010
 
Archive Date
1/18/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124B-10-T-3309 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-42. The associated North American Industrial Classification System (NAICS) code for this procurement is 335110 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG -20 Aug at JDL (NV 215 197)FOB: Destination, 4, EA; LI 002, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG -20 Aug at COP 14 (NV 262 163)FOB: Destination, 4, EA; LI 003, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 August 2010 20 August 2010 LANGFORD: NU 353 970FOB: Destination, 4, EA; LI 004, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG-20 AUG at COP 6: NV 455 076FOB: Destination, 4, EA; LI 005, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG-20 AUG RE-TRANS: NV 562 060FOB: Destination, 4, EA; LI 006, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG-20 AUG SKM: NV 543 011FOB: Destination, 4, EA; LI 007, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG -20 Aug at Tiefort: NV 439 101 FOB: Destination, 4, EA; LI 008, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG -20 Aug at NV 647 095 FOB: Destination, 5, EA; LI 009, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG -20 Aug at FOB RENO FOB: Destination, 14, EA; LI 010, MOBILE LIGHT TRAILERS- Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure the Light Towers run on JP-8. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 5 AUG -20 Aug at FASPFOB: Destination, 17, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Irwin intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Irwin is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 1 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 1 - required to make delivery after it receives a purchase order from the buyer The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. Sellers must present their representations and certifications, upon request, through the Online Respresentatives and Certifications Application (ORCA) at http://orca.bpn.gov The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon Best Value. Offerors will be evaluated based on price and availability with all factors being equal. * Subject to availability of funds*. Government reserve the right to end or extend Period of Performance on mission requirement as dictated by the nature of exercise. (a) The Government may place nonpermanent markings or decals, identifying the using agency, on each side, and on the front and rear bumpers, of any motor vehicle leased under this contract. The Government shall use markings or decals that are removvable without damage to the vehicle. (b) The Contractor may use placards for temporary identification of vehicles except that the placards may not contain any references to the Contractor that may be construed as advertising or endorsement by the Government of the Contractor. (a) The Government shall be responsible for loss of or damage to--(1) Leased vehicles, except for--(i) Normal wear and tear; and (ii) Loss or damage caused by the negligence of the Contractor, its agents, or employees; and (2) Propoerty of third persons, or the injury or death of third persons, if the Governemtn is liable for such loss, damage, injury, or death under the Federal Tort Claims Act (28 U.S. C. 2671-2680). (b) The Contractor shall be liable for, ans shall indemnify and hold harmless the Government against, all actions or claims for loss of or damage to property or the injury or death of persons, resulting from the fault, negligence, or wrongful act or omission of the Contractor, it agents, or employees. (c) The Contractor shall provide and maintain insurance covering its liabilities under paragraph (b) of this clause, in amounts of at least $200,000 per person and $500,000 per occurrence for death or bodily injury and $20,000 per occurrence for propery damage or loss. (d) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adverslely affecting the interests of the Government shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe or (2) until 30 days after written notice to the Contracting Officer, whichever period is longer. The policies shall exclude any claim by the insurer for subrogation against the Government costs for insurance or contingency to cover losses, damage, injury, or death for which the Government is responsible under paragraph (a) of this clause. (a) Upon the submission of proper invoices or vouchers, the Government shall pay rent for each vehicle at the rate(s) specified in this contract. (b) Rent shall accrue from the beginning of this contract, or from the date each vehicle is delivered to the Government, whichever is later, and shall continue until the expiration of the contract term or the termination of this contract. However, rent shall accrue only for the period that each vehicle is in the possession of the Government. (c)Rent shall not accrue for any vehicle that the Contracting Officer determines does not comply with the Condition of Leased Vehicles clause of this contract or otherwise does not comply with the requirements of this contract, until the vehicle is replaced or the defects are corrected. (d)Rent shall not accrue for any vehicle during any period when the vehicle is unavailable or unusaable as a result of the Contractors failure to render services for the peration and maintenance of the vehicle as prescribed by this contract. (e) Rent stated in monthly terms shall be prorated on the basis of 1/30th of the monthly rate for each day the vehicle is in the Governments possession. If this contract contains a mileage provision, the Government shall pay rent as provided in the Schedule. Contractor shall remove all contracted leased equipment from the specified locations within 48 hours after the period of performance ends. Should contracted leased equipment remain in place beyond 48 hours, the Government is not liable for usage, theft, lost, damages, or replacement cost due to contractor's negligence to take possession of owned items. The contractor shall coordinate with the Contracting Offers Representative (COR) at each site to assure placement at correct locations. COR will fill out a pre and post inspection sheets verifying that items have been delivered and are operational per spec of the contract. Contractor must stand by until these inspections are complete. Items many require to be relocated within the same general location. Unit should have the ability to relocate as required. If items cannot be relocated by unit then the contractor is responsible for relocating items within the same general location. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to assure placement at correct locations. The U.S. Government shall not be charged for early return of any leased equipment. The Contractor shall be responsible be responsible for conducting a pre and post inspection with the Contracting Officer's Representative of all leased equipment. 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 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 contract 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 contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/299a44436a81821febf4e89c3b59b7cb)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02211035-W 20100722/100720234728-299a44436a81821febf4e89c3b59b7cb (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.