Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

23 -- Towing, Storage, Maintenance, Auctioning of Seized Vehicles in the District of South Carolina

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of Justice, United States Marshals Service, District of South Carolina, 1300 Matthew J. Perry, Jr., U. S. Courthouse, 901 Richlard Street, Columbia, South Carolina, 29201-1774, United States
 
ZIP Code
29201-1774
 
Solicitation Number
DJMS-11-71-M-0001
 
Point of Contact
Brenda G Strickland, Phone: 803/253-3308
 
E-Mail Address
brenda.strickland@usdoj.gov
(brenda.strickland@usdoj.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The District of South Carolina, United States Marshals Service plans to procure towing, storage, maintenance and disposal of seized/forfeited vehicles for the period of October 1, 2010 through September 30, 2011. The requirements consist of 1. Towing vehicles from point of seizure to storage facility. There may be occasions when seized vehicles may be towed to facilities designated by the COTR in lieu of the contractor's facility. The contractor may be requested to pick up these vehicles and tow them to his storage facility at a later date, 2. Storage of vehicles (automobiles, trucks, motorcycles, and trailer able boats) in secured storage facility until the Government can arrange for disposition, 3. Maintenance of vehicles, 4. Preparation of vehicles for sale, 5. Administrative duties incidental to storage/disposition of vehicles, 6. Auctioneer services. Contractor shall provide necessary equipment, labor, supervision, and facilities for the performance of this contract in accordance with the specifications and terms contained herein. Towing: The contractor shall furnish tow trucks and/or vehicle carriers of sufficient size and number to handle vehicles ranging from motorcycles, tractor-trailer rigs, trailer able size boats and vessels, and heavy equipment. Each tow truck/carrier shall be clearly marked with the following information. 1. Name of contractor, 2. Address of contractor's office, 3. Telephone number of contractor's office. Subcontractor tow trucks/carriers WILL NOT be authorized to make tows without permission from USMS. Supplemental equipment required for towing, including but not limited to the following: jacks, dollies, tire inflation equipment, winches, tools, etc, equipment required by the State of SC. Counties and/or local ordinances Contractor shall remain on call 24/7 for the entire performance period, including Federal holidays. An attendant shall remain at the storage facility between the hours of 8:00am and 5:00pm daily, Monday thru Friday, excluding Federal holidays. Response time for tows are as follows: Roadside/station tows: 24 hours after notification from Government. Contractor must actually tow or haul vehicle. DRIVING of vehicle PROHIBITED except to relocation within facility for storage/viewing purposes. Contractor shall prepare a towing ticket (in duplicate for each vehicle to be picked up. The ticket should contain the following information as a minimum: year, make and model, VIN# shall be identified by contractor and seizing agency at time of pick up; vehicle registration number and state registration, license plate number, odometer reading of vehicle to be transported, Government case/seizure number, address of point of pickup and delivery, condition of vehicle to be transported, accessories to include but not limited to air conditioning, radio/stereo equipment, cellular phones, etc.; date/time to tow, cost of tow. A basic tow is one round trip from contractor's facility to any point within the state of SC and return. Actual loaded road miles from point of pickup to contractor's facility. Contractor shall submit copy of the ticket for each vehicle. Storage and maintenance contractor is responsible for providing secure storage facilities, both indoor and outdoor storage, maintenance and viewing area for seized/forfeited vehicles until disposition or expiration of contract. Majority of vehicles will require outside storage. Covered storage is defined as a structure or with substantial walls and roof. Contractor's storage facility shall be capable of storing a minimum of 5 vehicles and a maximum of 50 vehicles. The following applies to all vehicles regardless of which category they will be placed in: Seizing agency shall inspect and inventory seized vehicles and contents. Condition of vehicle will be reported on vehicle inspection/inventory report and shall be signed by inspecting official. Contractor will acknowledge vehicle condition and its contents by signing report. If contractor disagrees with report (the stated condition of vehicle, contents, etc), he shall annotate said discrepancy on the report prior to acknowledgment and immediately notify USMS. Contractor shall retain a copy of the report for as long as he has the vehicle. Contractor's receipt and acknowledgment of this report and corresponding vehicle constitutes acceptance. Upon acceptance, the Contractor assumes sole responsibility for the vehicle until it is disposed of in a manner stipulated by the Government. Seizing agency shall be responsible for removal of all personal property prior to acceptance by Contractor. In storage facility, contractor shall clean, provide initial maintenance and secure all vehicles as follows: Wash exterior, clean and vacuum the interior and remove debris from vehicle; initial maintenance shall consist of the following: check tire pressure and inflate to recommended pressure, check radiator water/anti-freeze levels and fill, check tire pressure and add oil and filter if necessary, check battery level, charge battery or jump start as required; close doors, windows, trunk, hood, etc, and lock vehicle; store vehicle keys in a secure depository. All vehicles without keys will be annotated. Vehicles shall be marked with Government's case number on windshield with suitable marking substance that is clearly visible and removable without damage to vehicle. Contractor shall prepare a monthly generated billing report by the 15th of the month which includes services provided, vehicle inventory and vehicle case number. Loose contents (not affixed to vehicle) shall be stored in vehicle's storage compartment. Damage to, or loss of the vehicle and/or contents while in storage is to be reported immediately. Any contents which have been lost or any vehicle damage which has occurred while in custody of contractor must be replaced with property like or of equal value or repaired as instructed by COTR. Areas within the facility which are utilized for storage and/or maintenance of seized vehicles, shall have an all weather surface such as concrete, asphalt, stone or gravel. Levels of Maintenance: Contractor will provide monthly maintenance such as: wash exterior, check tire pressure and add air, check fluid levels and add fluids, check radiator water/anti-freeze and fill, jump start vehicles and move under its own power a distance of 5 feet both forward and backwards to lube seals. Contractor shall not incur cost of repairs/maintenance for vehicles in excess of $50 without permission from USMS. Contractor's facility is to be arranged such that a fence or wall segregates seized vehicles from other vehicles in facility. Methods of Disposal: The USMS may determine other methods for disposal which do not require sales preparation. These methods of disposal include but are not limited to the follow: Release to lienholder, release to owner, or place into official use with state/local/Federal law enforcement. Contractor shall provide advertising for sale and CARFAX reports on vehicles for sale at no expense to the Government. Contractor is responsible for completion of SF-97 within 3 working days of sale. Contractor responsible for collecting sales proceeds and providing to USMS within 3 working days after sale in form of cashier's check, certified check, money order or some other form that guarantees payment to the Government. An invoice will be submitted with payment for the contractors percentage of the total gross proceeds of the sale and contain the following information: Date of auction, total number of vehicles sold and price. Following the sale, contractor shall complete Bill of Sale and send to USMS within 24 hours of sale. Must be with 75 miles radius of the District office in Columbia, SC and meet ALL requirement needs. I if any interested party believes it can meet the requirements it may submit a statement of capabilities. The capability of statement and any other information furnished must be in writing, must contact material in sufficient detail to allow the Marshals Service to determine if the party can meet all the foregoing requirements. Offers must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates the offer meets all the above requirements. Capability statements and related materials must be received in this office by August 25, 2009 at 5:00 pm. If you have any questions, please contact Brenda Strickland by FAX at 803-765-5824. Collect calls will not be accepted. The determination to compete or not compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/MSCAR/DJMS-11-71-M-0001/listing.html)
 
Place of Performance
Address: 901 Richland Street, Suite 1300, Columbia, South Carolina, 29201, United States
Zip Code: 29201
 
Record
SN02246374-W 20100820/100819000549-b01e50bb8a0e07214781a87b5bf39c2d (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.