Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

V -- LAV RENTAL WITH DRIVER AND FUEL

Notice Date
3/23/2012
 
Notice Type
Presolicitation
 
NAICS
532111 — Passenger Car Rental
 
Contracting Office
Bogota Branch (PARC Americas 410th CSB), KO Directorate of Contracting, Unit 5136 US Embassy Colombia, APO, AA 34038-0008
 
ZIP Code
34038-0008
 
Solicitation Number
W913FT12T0031
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
ASTRID PARDO, 5713832386
 
E-Mail Address
Bogota Branch (PARC Americas 410th CSB)
(pardoaj@tcsc.southcom.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT Light Armored Vehicle (LAV) Services 1.0DESCRIPTION OF SERVICES: The contractor shall provide all resources necessary to include but not limited to management, supervision, personnel/drivers, training, equipment, materials, supplies, fuel, repair parts, insurance and any other equipment and personnel to provide LAV services in support of U.S. personnel in Colombia. 2.0PERIOD AND PLACE OF PERFORMANCE (POP): Bogota BASE YEAR: 01 May 2012 - 31 March 2013 3.0ARMORED VEHICLE SPECIFICATIONS: The Contractor shall provide armored vehicles in accordance with the National Institute of Justice, Ballistic Resistant Protective Materials, NIJ Standard 0108.01, Level III IAW NIJ-0108.01. Contractor shall be required to provide compliance documentation for all armored vehicles. See website http://www.eeel.nist.gov/oles/Publications/NIJ-0108.01.pdf for complete details. 3.1All vehicles should be at least 2010 model, but never more than two years old at the time of the contract. Vehicles must be in excellent running condition and equipped with operational air-conditioning, spare tire, toolbox, and highway reflective markers. All vehicles shall have automatic transmission. 3.2Tires shall have hard rubber inserts in the run-flat tires, not steel. Radiators shall have a bullet guard in front. Bullet-proof protection for the engine compartment and radiator shall be installed. Armored windows shall be one composite piece of glass. 3.3Vehicle Type: DESCRIPTION OF THE REQUIREMENT Light Armored Vehicle SERVICES - Includes vehicle, insurance, fuel, maintenance, WITH DRIVER, 24 hours a day, 7 days a week, 365 days a year - Bogota. Three (3) Armored Vehicles - Toyota Sequoia/Prado/Land Cruiser (example vehicle) model year 2010 or newer or Equivalent with the following minimum specifications/characteristics. Vehicles cannot be diesel No. of Seats/Passenger Capacity:1 Vehicle Seats seven ( 7); 2 Vehicles Seats five (5) No. of Doors:Five (5). Doors must be side-hinged. 3.4COMPLIANCE WITH COLOMBIAN SUPERVIGILANCIA REGULATIONS: Colombian law requires that all companies leasing armored vehicles be registered with the Supervigilancia and that each individual vehicle also be so registered. Rental vehicles shall be owned and registered in the name of the company leasing that vehicle. Each vehicle shall be insured to the limits required by law in the name of the vehicle's owner. Prior to issuance of a contract, the contractor shall provide proof of vehicle registration, ownership and insurance for each vehicle proposed. 4.0ARMORED VEHICLE SERVICES: The armored vehicle services will be provided to US Government personnel in accordance with schedules provided by the Contracting Officer Representative (COR) after award of a contract. 4.1REGULAR SERVICE HOURS: The Contractor shall provide and ensure that Contractor personnel are on duty to accept and respond to service calls daily in blocks of 24 hours a day, 7 days a week, 365 days a year. 4.1.1Drivers shall not work more that than 12 hours a day including breaks. If more hours are needed, the driver will be switched with one that has rested. Breaks for lunch and dinner will be programmed into the work schedule. 4.2RESPONSE TIME: The Contractor shall respond to all service requests within 30 minutes. In the case of an accident or a vehicle breaking down, the Contractor shall provide a replacement within 30 minutes. Failure to respond for either service or breakdown within the time frames stated herein shall be a basis for credit to the Government as shown in the Performance Requirements Summary (PRS). 5.3.The Contractor shall establish procedures that will provide the Government caller with a service "Control Number" for verification of date/time that service was requested 5.5TRAVEL: Travel to various locations within Colombia. Projected travel locations are to Melgar, Espinal, Apiay, Zipaquira, Facatativa, Soacha, Santa Marta, Cartagena, Puerto Leguizamo and Ibague. Contractor is not authorized to travel outside of the location mentioned above. If travel is required for other locations, the contractor shall obtain approval from the COR prior to travel. Travel cost including lodging and per diem shall be reimbursed for actual cost incurred not to exceed the JTR rate. Contractor shall submit back-up documentation of cost incurred against this CLIN. 6.0SERVICE DRIVER REQUIREMENTS 6.1The Contractor shall provide licensed drivers with current driver's licenses and insurance IAW local laws and the requirements in the PWS. 6.2The Contractor employees are strictly drivers and are not authorized to provide any other services, such as running errands or conducting the personal business of the U.S. Government employee(s) to whom he is assigned. 6.3All drivers shall carry working cellular phones, with active minutes. The Contractor shall provide a list of all cell phone numbers for all RSO-approved drivers to the COR five days after the contract is issued. Additionally, the Contractor shall ensure that all drivers are provided the cell phone numbers for the COR, Project Manager, Dispatch Office, and 24-Hour Emergency POC. 6.4Alcoholic beverages, illegal drugs, or other impairing agents will not be consumed eight hours prior to beginning of a scheduled shift. The use of these substances by Contractor personnel while performing under this agreement is strictly prohibited. The Contractor shall immediately remove and replace employees who appear to be under the influence of any prohibited substance. 6.5The Contractor shall ensure compliance with the Colombian labor laws limiting the number of hours an individual employee may work in a given day/week. Replacement or relief drivers shall be made available for those instances when operational requirements mandate the availability of the vehicle service for longer periods than can be legally accommodated by one driver. 6.6Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition, contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. 7.0SAFETY AND MAINTENANCE: The contractor shall comply with all local safety requirements and ensure that all reasonable efforts are made to protect all persons from harm and U.S. Government property from damage. All vehicles shall meet all Colombian safety requirements and have, as a minimum, the following safety features: rear and front lights, rear view mirrors, windshield wipers, parking brake, and horn. Both the vehicle exterior and interior shall be free of excessive soil, rust and damage. Corrective and preventive maintenance shall be provided as needed at the site where the vehicle is being utilized. 7.1VEHICLE DAMAGE: The Contractor is responsible for all damages to the vehicle, including wear and tear. However, in the case of documented damage to the vehicle as a result of hostilities against an authorized US Government occupant, the Contractor may request compensation from the US Government. 7.2INSPECTION: All vehicles shall be inspected periodically by the Contracting Officer Representative (COR), and the Regional Security Office (RSO) to ensure compliance with security regulations. 7.3INSURANCE: Contractor shall provide full insurance coverage for all vehicles IAW Colombian laws and regulations. 8.0DRIVER CLEARANCES AND ACCESS: The contractor shall provide the following information for each driver performing services under this agreement to the KO at task order award: Full Name Copy of driver's license Copy of Colombian cedula 8.1The COR will provide a copy of this contract, the driver's information and RSO paperwork to the RSO for driver clearances. These clearances are to ensure that the drivers do not pose a security risk. Clearance time is approximately ten workdays for new drivers. 8.2The Contractor shall keep the listing current and provide updates to the KO and the COR as necessary, to comply with this security requirement. For a contractor to add new drivers to the pool of RSO-cleared drivers, it takes approximately ten workdays to get a driver clearance. 8.3The KO and/or COR reserves the right to exclude any driver from performance under this agreement if any information exists that the individual is a security risk. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this agreement. Contractor shall replace the driver without additional cost to the contract. 8.4The contractor is responsible for obtaining all driving and insurance credentials required under Colombian laws. Copies of the contractor's driving and insurance credentials shall be provided with their proposal. 8.5The Contractor is required to comply with all the necessary permits mandated by the Government of Colombia. Contractor shall be responsible for processing access clearance with coordination from the COR. 8.6IDENTIFICATION BADGES: At a minimum, all Contractor personnel shall wear Contractor photo identification (ID) badges above the waist and visible at all times. The ID shall include at a minimum, the driver's name, company name and ID expiration date. 9.0CONTRACTOR PROJECT MANAGER: The Contractor shall designate a project manager fluent in both Spanish and English language, to act as the point of contact for all contract requirements. The dispatch personnel must be able to understand the English language enough to take service requests by US personnel. 10.0EMPLOYEE TRAINING: The Contractor shall be responsible for training employees on the proper use of armored and non-armored vehicles and evasive driving tactics, the speed limit of vehicles on US Embassy and military installations and other safety regulations as applicable. All drivers shall be trained in defensive, offensive, safety and security driving techniques before starting work under this agreement and annually thereafter. Drivers should also be trained in how to perform preventive maintenance checks on the vehicles they will be operating. 11.0SUBCONTRACTING: Subcontracting is NOT authorized under this agreement. The vehicles leased shall be owned by the company and the drivers shall be employees of the company. 12.0VEHICLE SUBTRACTIONS: The Government reserves the right to reduce number of vehicles provided during the period specified in the contract. If this occurs, a minimum 15-day notification will be provided to the contractor. Cost under the contract will be reduced accordingly based on the pro-rated vehicle price. 13.0CONTRACTOR MANPOWER REPORTING: The Contractor is required to report all Contractor manpower required for the performance of this contract. The Contractor is required to completely fill in all the required fields in the reporting system using the following web address: https://cmra.army.mil/. The requiring activity will assist the Contractor with the reporting requirement as necessary. The Contractor may enter reports at any time during the reporting period, which is defined as the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. Reporting shall be completed no later than 31 December every year or part of a year for which the contract is in place. Failure to comply with this reporting requirement may result in contract termination. 14.0MANDATORY LEASED VEHICLE INSPECTION: Vehicles shall be inspected before and after each performance period. All vehicle inspections should be scheduled with the Joint Logistics Facility (JLSF) motor pool supervisor, Mr. Javier Diaz, two days in advance. Inspections are held twice a day Monday thru Friday at 09:00 and 14:00 hrs. -Contact information for Mr. Javier is as follows: Cell phone number:310-224-792 E-mail:diazj@tcsc.southcom.mil. To coordinate the inspection you must contact Ms. Rosalba Mateus at 311 - 516 8499 or e-mail mateusr@tcsc.southcom.mil Vehicles that do not pass inspection shall be immediately replaced. If the contractor cannot provide vehicles that pass inspection, the contract may be terminated for non-performance. 14.1DOCUMENTS REQUIRED FOR INSPECTION a.License provided by the superintendence for the rental of armored vehicles b.Armored vehicle permit c.Automobile insurance SOAT d.Liability Insurance e.Proof of ownership f.Maintenance program g.Armor certificate h.Vehicle tax return 14.2.DOCUMENTS REQUIRED FOR DRIVERS: The assigned driver to the rented vehicle shall provide the following documents for the inspection prior to driving for the MILGP to Mr. Javier Diaz. a.Copy of current driver's license, category C2. IAW (Colombian National Transit Laws) Codigo Nacional de Transito Ley 769 2011. Drivers with license category C2 can drive cars, SUVs, and bus b.Copy of the CRC (Certificado de aptitude fisica mental y de coordinacion motriz) c.Copies of any and all driving related training certifications d.Copy of Health Insurance Policy EPS (Empresa Promotora de Salud) e.Copy of ARP Policy (Administradora de Riesgos Profesionales) Every single rental vehicle will be inspected prior to the start or renewal of the lease and at the end of each lease. 15.0PERFORMANCE REQUIREMENTS SUMMARY PERFORMANCE REQUIREMENTS SUMMARY LIGHT ARMORED VEHICLE SERVICES PWS ReferencePerformance ObjectivePerformance StandardAcceptable Quality LevelMonitoring MethodRemedy Para 3.0 through Para 3.2Vehicle armoring All vehicles shall meet NIJ Level III standard as defined at NIJ-0108.01. Vehicles shall be in excellent running condition equipped with operational air conditioning, spare tire, toolbox, and highway reflective markers. Vehicles shall have automatic transmission. Tires shall have hard rubber inserts in the run-flat tires, not steel. Radiators shall have a bullet guard in front. Bullet-proof engine protection installed. Armored windows shall be one composite piece of glass. 100% compliance required.COR Surveillance; Periodic inspection; Customer inputNon-compliant vehicles shall be replaced immediately at no additional cost to the Government. Violation results in a cure notice and invoices will not be paid until the AQL is met. Continued poor performance may result in contract termination. Para 5.0 through Para 5.4 Schedule complianceThe armored vehicle services will be provided to US Government personnel in accordance with schedules provided by the Contracting Officer's Representative (COR) after award. The Contractor shall respond to all service requests within 30 minutes. In the case of an accident, or a vehicle breaking down, the Contractor shall provide a replacement within 30 minutes. 95% compliance required COR Surveillance; Periodic inspection; Customer input Poor performance results in a cure notice and invoices will not be paid until the AQL is met. Continued poor performance may result in contract termination. Para 6.3Driver cell phonesContractor shall provide each driver with a working cell phone with active minutes.100% compliance required COR Surveillance; Periodic inspection; Customer input Non-compliant drivers shall be removed or replaced immediately at no additional cost to the Government. Drivers will not be permitted to work on this contract until they possess the required operable cell phone. Violation may result in a cure notice and invoices will not be paid until the AQL is met. Continued poor performance may result in contract termination. Para 7.0Compliance with Colombian safety standardsContractor shall provide vehicles which meet all Colombian safety requirements and have, as a minimum, the following safety features: rear and front lights, rearview mirrors, operating windshield wipers, functional parking brake, and functional horn.100% compliance requiredCOR Surveillance; Periodic inspection; Customer inputNon-compliant vehicles shall be repaired or replaced immediately at no additional cost to the Government. Violation may result in a cure notice and invoices will not be paid until the AQL is met. Continued poor performance may result in contract termination. Note to Contractor - Any single non-compliant action occurring three times or an accumulation of three non-compliant actions across the PWS may result in a CURE NOTICE being sent. REMEDY: Poor performance results in a cure notice and invoices will not be paid until the AQL is met. Continued poor performance may result in contract termination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52ba7962f2be10c8eeecb94886f8da20)
 
Place of Performance
Address: Bogota Branch (PARC Americas 410th CSB) KO Directorate of Contracting, Unit 5136 US Embassy Colombia APO AA
Zip Code: 34038-0008
 
Record
SN02704298-W 20120325/120323234817-52ba7962f2be10c8eeecb94886f8da20 (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.