Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

23 -- COMBINED SYNOPSIS/SOLICITATION FOR SPECIAL PROTECTED VEHICLE

Notice Date
3/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Wiesbaden Contracting Center (WCC) , ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
DAJA22-02-T-0147
 
Response Due
4/17/2002
 
Archive Date
5/17/2002
 
Point of Contact
Roswitha Rostock-Clements, 011-49-611-816-2249
 
E-Mail Address
Wiesbaden Contracting Center (WCC)
(clementsr@rcc.wbn.usacce.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are bein g requested and a written solicitation will not be issued. The solicitation number DAJA22-02-T-0147 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-5. The Simplified acquisition procedures of FAR Part 13 are applicable to this procurement. This procurement is to purchase QTY 3 of CLIN 0001 special protected sedans, assembled as an integral armor structural component design. Armoring shall be performed during assembly line manufacturing of the vehicle. Aft er market, up-armoring of the vehicle is not acceptable. Minimum European protection B4+ level, BKA Standard and the U.S. Navy armor material standard articulated by the U.S. Department of State. Generic: Gasoline engine; minimum (min.) 2.8 liter; 8 cyl inder, min. 205 kW, wheel-base min. 2800 mm, automatic transmission, model year 2002; Power window (driver’s side), tire pressure monitoring system, run flat tire inserts (incl. spare), public address loudspeaker system (inside/outside). Contractor sh all perform vehicle operator indoctrination with authorized government representative. Quotes must include location of certified test laboratory. Only those opaque and transparent armor materials tested by and armor test laboratories (e.g. H.P. White, U SA, or Beschussamt, Mellrichstad/Ulm, Germany) and having received certification as having met the aforementioned standard shall be used in the special protected vehicle fabrication. Vehicles may be operated in the European and Middle Eastern theaters. T he contractor is required to have authorized maintenance/repair and service facilities throughout these regions or access to. The U.S. Government reserves the right to exclude any vehicle offered that does not fin-in with the vehicle operating environment due to security and/or political ramifications. Delivery Time: On or before thirty (30) days after date of order. Delivery and Acceptance point: Contractors factory location. The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, with the addendum that if offers are received in more than one currency, offers shall be evaluated by converting the foreign currency to U.S. currency using the finance and accounting office disbursing rate (actual r ate) in effect on the date of closing date and Offerors are required to submit warranty information, with the offer. Offerors shall include a completed copy of the provision at FAR 52.21203, Offeror Representations and Certifications-Commercial items, wit h the offer; FAR 52.212-4, Contract terms and Conditions-Commercial items with addendum that the Government will not pay taxes where an exemption applies. FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Comm ercial Items and the following additional clauses therein apply: FAR 52.203-6, 52.222-26, 52.232-33 and 52.232-34, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following additional clauses therein apply: 252.205-7000, 252.225-7021, 252.243,7002, 252.247-7024; Offeror shall include a completed copy of the provi sion at DFARS 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate. Offers are due no later than 14:00 hours , Central European Time on 17 April 2002. Quotes will be accepted by email to clementsr@rcc.wbn.usacce.army.mil or by fax 011-49-(0)-611-816-2254. POC is Roswitha Rostock-Clements, 011-49-(0)611-816 -2249.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USACCE/DAJA22/DAJA22-02-T-0147/listing.html)
 
Place of Performance
Address: Wiesbaden Contracting Center (WCC) ATTN: AEUCC-C, CMR 410, Box 741, APO AE
Zip Code: 09096-0741
Country: EU
 
Record
SN00050410-F 20020330/020328214723 (fbodaily.com)
 
Source
FedBizOpps.gov 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.