0011127647 sow ntv rental 904009 non tactical vehicles (ntv's) rental

Page 1

STATEMENT OF WORK NTV 4x4 EXT Cab Pick-up Trucks BAYONET FOCUS 18-02 1. BACKGROUND: Eighty-eight (88)4x4 EXT Cab pick-up truck or a Truck Based SUV 4x4 that can be driven off-road and seat 5 passengers to support their Bayonet Focus 1802 rotation. This will provide transportation around the Fort Hunter-Liggett (FHL) and Camp Roberts (CR) area and is critical for mission requirements for the Bayonet Focus (BF) 18-02 rotation. 2. OBJECTIVES: The contractor shall deliver the number of vehicles outlined in paragraph 7 (Place of Performance) for the dates required. All vehicles will come with automatic transmission, unlimited miles per day as well as interior temperature control and must be able to withstand the harsh driving conditions throughout the terrain of Fort Hunter-Liggett and Camp Roberts, California. The Vehicles must be on-site and ready for use by 9:00am on 25 January 2018. 3. SCOPE: 3.1 The contractor shall ensure vehicles are delivered with all necessary parts in accordance with the operator’s manual and have a full tank of fuel. The contractor shall provide 24 hour emergency repair and/or replacement services for the leased equipment including weekends and holidays. The Government will not be responsible for returning the NTV’s with full fuel tanks or paying to refuel the vehicles at the end of the period of performance. 3.2 The contractor and Contracting Officer Representative (COR) and /or Quality Assurance Specialist (QA) personnel shall conduct a joint inspection of the vehicles to ensure that they are delivered in operational condition and to annotate each vehicle’s condition. 3.3 All pre- and post-inspection/acceptance sheets shall be provided to the Quality Assurance Specialist (QA). Pre & Post Inspection Sheets will be hard copies only and not that of a vendor’s Portable Electronic Device (PED) or Portable Hand Held Device. The Point of Contact (POC) is not authorized to sign any electronic device presented to them from the vendor. 3.4 Vehicles will be required to arrive no later than 9:00 am the day that the period of performance is to begin for adequate visual inspection. In the event that this timeline is missed the period of performance will reset to begin the next day at 9:00 a.m. 3.5 Contractor shall have a company representative on call to respond to maintenance requests with full telephone coverage and authority to make decisions on behalf of the company. The time starts for a required maintenance call when the Government calls or texts the company representative. The contractor shall respond within two (2) hours of any call. The contractor shall have functioning voicemail. Lack of receiving capabilities by the


contractor does not relieve contractor of liability for required timeframe to make equipment operational. 3.6 The contractor shall provide 1 fire extinguisher per vehicle. The fire extinguishers shall be at least 5 lbs. and fully functional. 3.7 The contractor shall coordinate with the QA to coordinate removal of equipment. Names and contract information will be provided upon contract award. 3.8 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. If for some reason the contractor is unable to pick- up the equipment, the contractor shall notify the QA in writing of when the equipment will be removed. 3.9 Delivery must be made at agreed upon time by the Government from 0800-1000 on the first day of the period of performance. All vehicles must be ready for use at that time. 3.10 The contractor shall coordinate with the QA at each site to assure placement at correct locations. At time of delivery, the Contractor shall complete a joint pre-inspection with the QA verifying delivered items, correct location, and operational in accordance with the contract. The Contractor shall also provide a post inspection sheet. The Contractor must stand by until these inspections are complete. Items may require relocation within the same general area. Unit may or may not relocate as required. If items cannot be relocated by unit then the contractor is responsible for relocating items within the same general area. NOTE: Increased security may delay contractors’ delivery time. It is the contractors’ responsibility to plan and prepare prior to the beginning of the period of performance to gain access to the installation. ASSIGNED QA: TBD upon Contract Award

4. APPLICABLE PERFORMANCE STANDARDS: The vendor shall provide all materials, labor and equipment necessary to deliver, maintain, and pickup NTV Pickup Trucks as per paragraph 3 of this SOW. 5. DELIVERY SCHEDULE: See paragraph 7 for delivery schedule per specific location. 6. SPECIAL REQUIREMENTS: 6.1 Government-Furnished Property (GFP) None 6.2 Security Considerations


The vendor shall be responsible for all documentation required for Fort Hunter-Liggett and Camp Roberts gate access 6.3 Travel Travel cost in exclusion of original delivery fees is unauthorized. 6.4 The vendor shall abide to all State (California) and local laws and regulations. 7. PLACE OF PERFORMANCE: All vehicles shall be delivered to Fort Hunter Liggett, California 93928

ITEM NTV 4X4 EXT Cab Pickup Trucks (seats five people)

QTY 88

DATES 25 January - 18 February 2018

DAYS 25

NOTE 1: Dates may be subject to change. NOTE 2: The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. The Government also reserves the right to increase and decrease the Period of Performance dates due to mission requirements. In the event this happens, the Contracting Officer will notify the Contractor within 1224 hours to make adjustments accordingly. The Government shall not be charged for mission changes.

8. CLAIMS: If a claim is submitted, it will require the joint pre-and post- inspection/acceptance sheets to accompany the claim form. Both must be provided to the Contracting Officer at the time of claim submission. The pre-and post- inspection/acceptance sheets must be signed by the authorized receiving representative that is indicated in the contract. Inspection/acceptance sheets must be signed and dated. Both parties’ names must be printed legible and signed. In the event that the contractor is not available for a joint inspection, to include when the Government shortens the length of the Period of Performance; the Government will conduct its inspection unilaterally and submit the inspection to the contractor as evidence that the Government’s Period of Performance is complete. The contractor shall adjust the invoice in accordance with the adjusted Period of Performance. If a claim is submitted without the pre-and post-inspection/acceptance sheets, the claim is subject to be denied. The contractor must submit their claim invoice in the following format below or it will be rejected by the Contracting Officer.

Item Description

Vin/Serial Number

Concise Damage Description to include date

Repair and Material Cost

Authorizing COR



Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.