Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

23 -- Vehicle for Uganda

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
BPD-05-CI-0080
 
Response Due
7/28/2005
 
Archive Date
7/15/2006
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number BPD-05-CI-0080 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. The NAICS code for this solicitation is 441110 and the size standard is $24.5M. The Bureau of the Public Debt on behalf of the African Development Foundation (ADF), a U.S. Government Corporation fostering grassroots participatory development in Africa, has an immediate need to purchase a new Toyota Land Cruiser or equal. Requirement One Toyota Land Cruiser or equal. Vehicle requires a tropical vehicle package for the African rough terrain and tropical conditions, right-hand drive, 4-wheel drive, 4-cylinder in-line diesel, manual transmission, high altitude compensator, heavy duty cooling system, 12v electrical system, double gas tank, heavy-duty suspension, protection plate underneath the motor (metal sheet to protect the undercarriage such as the oil pan and motor while traveling in the rough terrain, this is not armor plate), tow hook, side steps/running boards, AM/FM/SW (short wave) radio/CD player, air conditioning, seatbelts for all seating (8 passenger seating), and a front bumper guard. OPTIONAL FEATURES: Driver and passenger airbags, power steering, power windows, power door locks, cloth seats, front and rear wipers, roof rack, bumper and grill protector, and spare parts package (4 oil filters, 4 fuel filters, 4 air filters, 4 sets of fan belts, 2 sets front shock absorbers, 2 sets rear shock absorber, 1 battery, 1 set tool kit to include jack and spanner of all relevant sizes) are all requested if available and shall be priced individually. Maintenance and repair service shall be available in Uganda. If the vehicle is other than a Toyota Landcruiser you shall provide the demonstrated ability of the vehicle to handle the rough terrain and tropical climates as are found in Africa as well as the other minimum requirements listed above. The delivery point is: UDET, Plot 73, Kiira Road, Kamwokya, Kampala, Uganda. The delivery shall be completed no later than 90 days from date of award although the desired delivery of 60 days or less will favorably affect the Offeror?s evaluation. Price shall include insurance and delivery charges to Uganda. The vendor shall provide all necessary documentation to enable the clearing agent to process the vehicle upon arrival to Kampala, Uganda. ADF will be responsible for the clearance of all in country taxes and duty costs. The award of a contract will be made to the Offeror whose proposal contains the price and technical features, including delivery date (schedule), offering the best overall value to the Government. The Offeror shall also provide proof of the availability of maintenance and repair service in Uganda. Price and technical, including the delivery schedule, are approximately equal. Please include any warranties that apply. Offerors shall submit their proposals in English by e-mail to ntprocurement@bpd.treas.gov. Proposals shall be in US dollars. Proposals are due by July 28, 2005, by 2:00 p.m. EST. Your price proposal shall include all shipping and preparation costs to the destination listed above. Your proposal shall also include the date the vehicle will be ready for delivery. The Government will consider only proposals meeting or equal to the Land Cruiser specifications listed herein. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; and 52-232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. To download 52.212-3 Offeror Representations and Certifications, Commercial Items, go to http://www.arnet.gov/far. The Offeror assumes the full responsibility for ensuring that offers are received at the place as delineated herein and by the date and time in item 6. All hard copy offers shall be closed and sealed and shall be fully identified on the sealed envelope if delivered via third party carrier or hand delivered. The offeror assumes full responsibility for ensuring electronic proposals are formatted in accordance with BPD Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat, cmd, com, exe, pif, rar, scr, vbs, hta, cpl, and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror?s responsibility to verify with BPD that formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non responsive. When proposals are hand-carried or sent by courier service, the address for offers is the Bureau of the Public Debt, Administrative Resource Center, Division of Procurement: United Bank Building, 4th Floor, 501 Avery Street; Parkersburg, WV 26101. For offers sent via US Mail, FedEx, or similar methods, the address is shown is Bureau of the Public Debt: Division of Procurement, UNB 4th Floor; 200 Third Street; Parkersburg, WV 26101. Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to ntprocurement@bpd.treas.gov.
 
Place of Performance
Address: Kampala Uganda
Country: Uganda
 
Record
SN00847679-W 20050716/050714212751 (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.