Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOLICITATION NOTICE

25 -- IDIQ CONTRACT FOR SUPPLYING VEHICLE PARTS

Notice Date
1/22/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67400 PSC 557 BOX 2000 FPO AP 96379
 
ZIP Code
96379
 
Solicitation Number
M6740004R0007
 
Response Due
3/3/2004
 
Archive Date
4/2/2004
 
Point of Contact
Satomi Abe 011816117458612 Satomi Abe TEL: 011816117458612
 
Description
This is a synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the synopsis only, and a separate written solicitation M67400-04-R-0007 will be issued as a Request for Proposal on or after 09 Feb 04. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and Defense Acquisition Circular 91-13. DPAS Rating is DO-C9E. The North American Industrial Classification System code is 423120 and the business size standard is NTE 5.0 million. The acquisition is for Firm-Fixed Price, IDIQ (Indefinite Delivery Indefinite Quantity) multiple contracts for new or refurbished parts of various Japanese and US Manufactures' vehicles to be supplied to Direct Support Stock Control (DSSC ), MCB Camp S.D. Butler on Okinawa Japan to support the normal operation of 1170 units of vehicles maintained by Garrison Mobile Equipment Section (GME). Desired warranty on vehicle parts received is 90 days. GME also requires that the Contractor to provide a quarterly manufacturer parts list update on a CDROM or an electronic mechanism, such as website access that allows the Government daily access to the manufacturers' current parts list. Manufacturers and models of vehicles of which parts are supplied are listed in Attachment-1 which will be e-mailed upon request. The annual estimated requirements, minimum and maximum requirements will be provided in RFP. The basic contract period will be the date of contract award through 30 Sep 2004 and four (4) one year option periods starting 01 Oct 2004 through 30 Sep 2008. The Government desired delivery schedules are as fo llows. 1. Local Delivery for Local Contractors Regular Delivery: Within 3 or 5 days to DSSC after receipt of order (ARO) Expedited Delivery: Within 24 hours to DSSC ARO 2. Stateside Delivery for U.S. Contractors Regular Delivery: Within 3 or 7 days to Tracy CA ARO Expedited Delivery: Within 7 or 10 days to DSSC ARO The Offerors shall propose their best delivery terms and conditions in the proposal in accordance with the Government desired delivery schedule. The proposed delivery terms and conditions are to be evaluated for the contract award. The Government desired pricing terms and conditions are as follows. 1. The Contractor provides a price list within 30 days after receipt of an award notification. 2. The prices are guaranteed for one (1) year, according to the Contractor's fiscal year. The Offerors shall propose their best pricing terms and conditio ns in their proposal in accordance with the Government desired pricing terms and conditions. The Offeror shall propose which manufacturers' vehicles parts they can supply and how much discount they offer from the manufactures' regular list prices. The proposed pricing terms and conditions are to be evaluated for the contract award. The Government intends to make multiple awards to the responsible offerors whose offers are advantageous to the Government considering price and the other non-price factors. It is anticipated that award will be made based on the following factors; delivery schedule, pricing terms and conditions including warranty, customer service such as capability of providing the updated parts list on CDROM or via accessible electric data base, and past performance. Delivery schedule and pricing terms and conditions are significantly more important than the other factors. The Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition. Responsible offerors must be active in the Central Contractor Registration in accordance with DFARS 252.204-7004. DUNS, TIN and CAGE Code must be written on submitted proposal. Request for Proposal will be e-mailed upon written request to the following Point of Contact. POC for all inquiries is Abe Satomi, email at: abes@mcbbutler.usmc.mil Proposals can be faxed to 011-81-611-745-0969, e-mailed to POC, or mailed to the Contracting Office, U.S. Marine Corps RCO, MCB CAMP S. D. BUTLER, PSC 557 BOX 2000, FPO AP 96379-2000. Proposals must be received no later than 3:00 PM, JST, 03 Mar 04. POC for all inquiries is Abe Satomi, or Patsy Stefan email at: abes@mcbbutler.usmc.mil
 
Record
SN00508269-W 20040124/040122212700 (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.