Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
AWARD

W -- FUEL TRUCK WITH FUEL

Notice Date
4/2/2012
 
Notice Type
Award Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
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
W913FT12T0013
 
Response Due
1/19/2012
 
Archive Date
5/2/2012
 
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
 
Award Number
W913FT-12-P-0043
 
Award Date
3/28/2012
 
Awardee
ENERGIZAR, S.A. (880392717) <br> CARRERA 69 NO. 25B-44, OFICINA 1001C<br> BOGOTA, <br> <br> -
 
Award Amount
$310,408.86
 
Line Number
0001-0003, 1001-1003, 2001-2003
 
Description
PERFORMANCE WORK STATEMENT For Apiay Aviation Refueling Truck and Operator 1.0 DESCRIPTION OF SERVICES. The Contractor shall provide personnel, equipment, tools, materials, supervision, and transportation, necessary to provide one (1) 5,000 gallon aviation refueling truck at Apiay Air Base, Colombia. The truck and operator will remain under Contractor ownership, but scheduled by US Army South and 204th MI Bn (AR) personnel. 2.0 SPECIFIC REQUIREMENTS: Configured for aviation Single-Point or Over-the-Wing refueling operations, available 3" single-point nozzle(s), 1 " Over-the-Wing static nozzle(s), filter separator vessel with aviation fuel-certified elements, installed differential pressure gage to monitor filter element conditions, API certified refueling discharge hoses for single-point or Over-the-Wing servicing with current hydrostatic testing dates, and other requirements established by Colombian Air Force, Army and U.S. DoD directives. The Contractor shall be responsible for providing test kits and conducting Millipore and Shell Water detection tests prior to dispensing. All manuals, historical equipment maintenance documents, periodic inspection records and other pertinent truck data shall be readily available for periodic inspection. 3.0 CONTRACT PERIOD OF PERFORMANCE (POP): The base period will be twelve (12) months from 28 March 2012 to 27 March 2013, and two (2) twelve (12) month option periods. 4.0 ACCESS TO FACILITIES: The Contractor's drivers must obtain access to Apiay Air Base prior to contact award. Drivers must be cleared through the CACOM 2 Chief of Security. The USARSO FOS Commander shall assist with security requirements and base/ramp access. POC:Harold J. Lee Apiay BOS Manager ADDRESS: Apiay AB PHONE NUMBER310-242-8203 4.1. The Contractor must provide the following information for each operator and vehicle performing services under this contract: Full Name Copy of their driver's license Copy of their Colombian cedula Make, Model and Type of vehicle Vehicle plate number Proof of Insurance Fuel Handlers Certificate 4.2. The Contractor shall keep the listing current and provide updates to the Contracting Officer's Representative (COR) as necessary. If Contractor adds new operators to the pool of cleared drivers, it takes approximately ten (10) workdays to get a driver cleared for access. 4.3. The Contracting Officer (KO) and/or COR reserve the right to exclude any employee from performance under this contract if information exists that the employee is a security risk. The exclusion of an employee will not relieve the Contractor from performance of services required. 4.4. The Contractor is responsible for obtaining all driving and insurance credentials required by the Colombian law. Copies of these credentials shall be provided to the KO at the time of offer. 5.0 IDENTIFICATION: At a minimum, all Contractor personnel shall wear photo identification badges visible above waist level. Driver badges must be obtained through CACOM 2 security. 6.0GOVERNMENT POINTS OF CONTACT: 6.1 CONTRACT SPECIALIST (CS): NAME: Michael Haydo PHONE # 571-275-4231 FAX # E-MAILmailto:Michael.haydo@tcsc.southcom.mil 6.2 CONTRACTING OFFICER'S REPRESENTATIVE (COR): NAME: Harold J. Lee PHONE # 310-242-8203 FAX # E-MAIL Harold.lee@us.army.mil 8.0CONTRACTOR POINTS OF CONTACT: 8.1 PROJECT MANAGER: The Contractor shall designate a project manager who is fluent in the English language to act as the point of contact for all contract requirements. 8.2 PROJECT MANAGER: NAME: William Gomez PHONE # 429-5494 Ext 114 FAX # 429-5302 E-MAIL 8.3 DISPATCH OFFICE POC: NAME: PHONE # FAX # E-MAIL 8.4 24 HOUR EMERGENCY POC: NAME: Luis E. Velez PHONE # FAX # E-MAIL luuisv@energizar.org 9.0SPECIFICATIONS: The Contractor shall provide one (1) 5,000 gallon aviation refueling truck and operator to support refueling operations at Apiay AB, for both rotary and fixed wing aircraft. The Contractor shall provide both D1 and pistol type nozzles, while the refueling pressure gallons per minute (GPM) will vary depending on aircraft type. Jet A1 is the only type of fuel that shall be used. The Contractor is not required to put nozzle to wing tip, that shall be performed by US personnel. The mechanic/crew chief shall inform the operator of the required refueling pressure/PSI or GPM. 9.1 The vehicle shall be in excellent running condition equipped with proper safety equipment, spare tire, toolbox, and static grounding wires and connectors. 9.2 All fuel shall be Jet A1 and be furnished by the US Government. Fuel shall be stored in the CACOM 2 storage tanks and the Contractor shall fill/re-fill the truck at the north ramp fuel pits. 9.3 The Contractor shall only drive on the flight line under the guidance of CACOM 2 personnel, and not be parked within 50 feet of any aircraft. CACOM 2 fire fighters shall be on site each time the truck is re-fueled. This service is required and has no cost for the Contractor. 9.4 When the truck is being re-filled, CACOM 2 fuel handlers will make all necessary connections from the hydrants to the truck. Once connected, the truck operator shall be responsible for regulating and refueling based on instructions from the CACOM 2 fuel handlers. 9.5 The Contractor is not required to refill the truck after each aircraft refueling operation, but a minimum of 2,500 gallons of fuel must be available at all times. When required to refill the truck, the operator shall be allowed a maximum of two hours to refill and return to the ramp. 9.6 Permanent administrative areas are not available, however, phones for local calls, printing, and copying is available on a limited basis from the Army South Liaison Office. 10.0 SAFETY: The vehicle 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. The vehicle shall be free of excessive soil, rust and damage. Corrective and preventative maintenance shall be provided by the Contractor on-site. 10.1The Contractor shall be aware of flight line safety requirements and CACOM 2 flight line operations as specified in paragraph 8.13, and ensure that all reasonable efforts are made to protect all persons from harm and property from damage. The Contractor shall report all damage to the COR or the KO immediately, but never later than 24 hours. Hot refueling of aircraft is not authorized at Apiay. 10.2 The Contractor shall be responsible for any incidents regarding fuel spills (as a result of Contractor neglect or fault), and shall be cleaned up in accordance with Colombian environmental laws. The Contractor shall also be responsible for any and all damages caused by his/her employees. Restoration to original condition shall be performed within five (5) work days, using like or better quality materials, and finished by skilled personal at no cost to the Government, subject to inspection by US Government representatives. 10.3 The Contractor shall provide and have on-hand two (2), emergency spill kits, which consist of portable containment areas and absorbent rags/pads. One each will be located at each ramp. 11.0 VEHICLE MAINTENACE: The Contractor is responsible for all damage to the vehicle, including wear and tear. The Contractor shall also be responsible for all maintenance. 11.1 In case of an accident or vehicle break down, the Contractor shall provide a replacement within 24 hours. Failure to respond within the time frame shall be a basis for credit to the Government. The credit amount shall equal the daily rate of the vehicle service, divided by 12 and then multiplied by 1.5. Therefore for each hour of non-response will be credited back to the Government with a half hour penalty. (Example: $360 per day rental/12 = $30 per hour rental charge. Credit = 1.5 X $30 = $45) 12.0 CELL PHONES: All drivers shall carry working cellular phones with active minutes. The Contractor shall provide a list of all cell numbers for operators and other key personnel. 13.0 PROHIBITED SUBSTANCE(S): Alcoholic beverages or other impairing agents shall not be consumed by an operator eight (8) hours prior to rendering services. The Contractor shall immediately remove/replace employees who appear to be under the influence of any prohibited substance. 14.0 REGULAR SERVCE HOURS: The Contractor shall ensure that their personnel are on duty between 0700 and 1600 hours, Monday through Saturday, and on call for Sundays and holidays. Under normal operating conditions, The Contractor will refuel one to two aircraft per day. Where possible, advance notification shall be given the Contractor for scheduling purposes. 15.0 RESPONSE TIME: During normal duty hours, the contractor shall respond to all service requests within 30 minutes. If unscheduled or emergency refueling service is required, the Contractor shall be subject to a one hour recall and response time. The Contractor shall establish procedures to provide the Government caller with a service "Control Number" for verification of date/time that service was requested 16.0 MEETINGS: The KO may require the contract manager to meet with Government personnel as necessary. The Contractor may also request a meeting with the KO when necessary. Written minutes shall be recorded by the Contractor and submitted to the KO or the COR for approval within three (3) calendar days. 17.0 Daily, not later than 0800 (during normal workdays), the fuel truck operator shall make contact with the Army South Ground Liaison Office or FOS Commander, for the daily refueling schedule. The fuel truck operator will make known any issues regarding the truck's condition of or issues regarding performance. 18.0 CONTRACTOR 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. 19.0Performance Requirements Summary PWS ReferencePerformance ObjectivePerformance StandardAcceptable Quality Level (AQL)Monitoring MethodRemedy Sections 9.0, 10.0 & 11.0Vehicle Condition, safety, and maintenance The contractor shall provide a vehicle in excellent running condition equipped with proper safety equipment, spare tire, toolbox, and static grounding wires and connectors. The Contractor shall comply with all current and future Colombian fuel and vehicle safety standards. 100% compliance required.COR Surveillance; Periodic inspection; Customer inputNon-compliant vehicles shall be replaced immediately at no additional cost to the Government. Violation of maintenance or safety rules may result in a cure notice and invoices will not be paid until the AQL is met. Continued poor performance may result in termination. Para 14.0 Work hoursThe Contractor shall be responsible for providing trained personnel to be on duty between 0700 and 1600 hours, Monday through Saturday, and on call for Sundays and holidays. Also for any necessary overtime.100% compliance required COR Surveillance; Periodic inspection; Customer input Non-compliance 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 16.0Response TimeContractor shall respond the service requests within 30 minutes if scheduled, and 1 hour if unscheduled. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c6bc9e75ff88867216d3635f0a98e89)
 
Record
SN02711215-W 20120404/120402234553-3c6bc9e75ff88867216d3635f0a98e89 (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.