RFQ 211753-2 Automotive Maintenance Parts and Service

Agency: City of Memphis
State: Tennessee
Type of Government: State & Local
NAICS Category:
  • 441310 - Automotive Parts and Accessories Stores
  • 811111 - General Automotive Repair
Posted Date: Apr 4, 2024
Due Date: May 1, 2024
Solicitation No: RFQ 211753-2
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
pdf
RFQ 211753-2 Automotive Maintenance Parts and Service
Size: 606 KB
Hits: 4
Date added: 04-04-2024
Date modified: 04-04-2024
Download Preview

Attachment Preview

CITY OF MEMPHIS
REQUEST FOR QUALIFICATION (RFQ)
211753-2
For FORD AUTOMOBILE PARTS AND SERVICE
Date Issued:
20 February 2024
Proposal Submission Deadline
On or Before 1 May 2024 No Later than
12:00 PM CT
Summary of Request
The City of Memphis, through the Division of General Services, is seeking qualified
contractors to provide Ford automotive maintenance, parts and services as needed by the
City of Memphis. At the present time the City of Memphis desires to solicit Ford Service
and parts from reproable dealers.
The intention of this solicitation is to provide City of Memphis with an expedited means
of procuring supplies and/or services as well as maintenance for various divisions at the
lowest possible cost. This contract is for the convenience of the City of Memphis and is a
“Non-Exclusive” use of this contract. The City of Memphis does not guarantee any
usage.
The City intends to select an unspecified number of contractors and enter into five-year
(5) contractual agreements upon date of execution (date contract signed by the Mayor)
with two (2) one (1) year option periods based upon performance, need and/or funding
availability to be agreed upon by both parties.
The City of Memphis reserves the right to (a) accept or reject any and/or all submissions
of proposals; (b) to waive irregularities, informalities, and technicalities; and (c) to accept
any alternative submission of proposals presented which, in its opinion, would best serve
the interests of the City. The City shall be the sole judge of the proposals, and the
resulting negotiated agreements that are in its best interest, and its decision shall be final.
The City also reserves the right to make such investigation as it deems necessary to
determine the ability of any submitting entity to perform the work or service requested.
Information the City deems necessary to make this determination shall be provided by the
submitting entity. Such information may include, but is not limited to, current financial
statements by an independent CPA, verification of availability of equipment and
personnel, and past performance records.
If any addenda are issued to this Request for Proposals, the Purchasing Division will post
them to the City's website at https://www.memphistn.gov/business/rfps-rfqs/. Submitting
organizations are strongly encouraged to view this website often to see if addenda are
posted. Failure of any proposer to receive such addendum or interpretation shall not
relieve such Proposer from any obligation under his proposal as submitted. All addenda
so issued shall become part of the Contract Documents.
Request for Statements of Qualifications
For
Ford Automobile Parts and Service
The Ford parts and services scope of work includes but is not limited to furnishing Ford
Automobile Repair parts and/or labor as outlined in these specifications.
The terms “proposer”, “respondent”, “vendor”, “company”, “firm”, “bidder”, and
“contractor” maybe used interchangeably throughout this document.
1. The contractor shall furnish all supervision, labor, equipment, fuel, material, supplies,
and other necessities.
2. The contractor shall have the capability to make requests as determined by the City, as
described as per this RFQ.
3. The contractor shall not enter onto private property during the performance of this
contract without authorization from the Director or designee.
4. The contractor shall conduct the work so as not to interfere with activities of federal,
state, and local governments or agencies, or of any public utilities.
5. All service and materials shall be provided in a safe manner in accordance with
federal, state, and local laws.
6. The City will engage in monitoring the service/s provided by the contractor to
document project progression, material inspection, and other inspections to verify proper
methods, materials, and prompt progression to completion of the project. The contractor’s
failure to cooperate fully with the designated monitor may result in termination of the
contract.
7. Invoices for work completed shall be submitted within seventy-two (72) hours and
submitted electronically to the administrator or his/her authorized designee. The City’s
payment term is Net 30 days from the date of service/invoice.
8. The City will not reimburse vendor for travel & freight costs.
9. Response time: Notifications to the contractor for emergency and non-emergency
requests will be made to the contractor by phone and email by the administrator or his/her
authorized designee.
(a.) No work shall start under any circumstance until the administrator or his/her
authorize designee has been provided with a copy of the assessment in writing
along with a quote which details all the work to be done. The administrator or
his/her authorized designee for the City will then notify the contractor in writing
of notice to proceed with the work.
(b.) The contractor shall ensure a dedicated phone number(s) and point of contact is
provided to the City for calls during the day as well as for after hour calls. The
point of contact answering the phone must be trained and capable of obtaining all
information needed to properly document the call and ensure all information is
provided to the Administrator or approved City employee within the allotted time
frame mentioned above. The response time for all calls will begin when the City
makes initial contact with the contractor’s designated personnel.
10. The City reserves the right to call upon and utilize multiple awarded contractors
simultaneously on the same project as directed by the Director, so the services are
rendered seamlessly and efficiently to allow the vehicle to be restored as soon as
possible.
11. If services are determined by the contractor to require a change in scope of work,
budget, or time, the contractor shall contact the administrator or his/her authorized
designee in writing immediately upon such determination to receive approval to proceed
with the change of work. The contractor shall include a quote for all work required by
email to the administrator or authorized designee.
BRAND NAME OR TRADE NAME AND APPROVED EQUIVALENT:
Brand or Trade Names are given as quality reference to aid bidders in offering equivalent
quality items for this bid. Unless otherwise provided in these specifications, the
reference to a certain brand or trade name, make, part number, or manufacturer does not
restrict the response to the specific brand name, make, part number, or manufacturer
identified. Comparable products of other manufacturers will be considered if proof of
comparability is submitted with the bid response. Any item which the City, in its sole
discretion, determines to be equivalent to that which is referenced will be considered.
EXCEPTIONS TO SPECIFICATIONS:
The bidder is required to check each item in this bid for compliance or exception. If an
exception is noted by the bidder, the bidder is required to list and explain in detail, using
the attached designated form, all such exceptions, deviations, or variations to the
specifications must be set forth in a clear and logical fashion. Technical data should
accompany each proposal, but may not be considered as notice of exceptions, deviations,
or variations to these specifications.
AUDIT CLAUSE:
The City reserves the right to audit the records of the contractor. The contractor shall
make and keep as the same accrue, full and complete records and books of accounts of
revenue and income, and costs and expenses that specifically relate to performance under
this contract. Records and books of account, together with any or all other memoranda
pertaining thereto that may be kept, maintained, or possessed by the contractor, shall be
open to examination during regular business hours by the City or its representatives for
the purposes of inspecting, auditing, verifying, or copying the same or making extracts
therefrom. The contractor shall make and keep said records and books of accounts for a
period of three (3) years after the completion of the contractual obligations or the final
payment under the contract, whichever is later.
CONTACT INFORMATION:
All questions or further information regarding this bid should be forwarded to
Kristie Hardy at Kristie.hardy@memphistn.gov or Frances Brooks at
frances.brooks@memphistn.gov.
Only after issuance of a contract, the awarding vendor may contact the responsible parties
below:
Any questions or further information regarding this bid should be forwarded to Barry
Stroud (Administrator of Operations) barry.stroudd@memphistn.gov 901-636-7547,
Russell Heaston (Asset Manager) russell.heaston@memphistn.gov at 901-636-7513 or
Felicia Williams (Parts Supervisor) Felicia.Williams1@memphistn.gov at 901-636-7511.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Aircraft Wash Rack Maintenance Active Contract Opportunity Notice ID W50S99-24-Q-1002 Related Notice

DEPT OF DEFENSE

Bid Due: 5/30/2024

Bid #3752 - Kitchen Hood Inspections - Bids will open at 2:00 p.m.

Rutherford County School District

Bid Due: 5/16/2024

Name of Solicitation Number Deadline Due Date Buyer Attachments Knox County Culvert Repair

Knox County

Bid Due: 6/05/2024

Bid Title: SB-I000872 Fire Apparatus Maintenance and Repair Services Category: Fire Department Status:

Shelby County

Bid Due: 5/22/2024