Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

23 -- Mexico City Vehicles

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-05-Q-0015
 
Response Due
8/29/2005
 
Description
This is a combined synopsis/solicitation 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 only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for vehicles and motorcycles to be used by the Government of Mexico pursuant to an agreement with the U.S. Department of State. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Mexico City, Mexico has a requirement for the purchase of new vehicles (including motorcycles) to fill requirements for expanding NAS operations in Mexico: --seven (7) pickup trucks; --four (4) minivans; --eleven (11) sedans; --four (4) 4-wheel drive sport utility vehicles; --eight (8) motorcycles. The Mexico?s office of the Attorney General (PGR) needs vehicles primarily for surveillance and undercover operations. The vehicles must be inconspicuous and suitable for surveillance in support of narcotics investigations, eradication, and interdiction operations. The vehicles must be consistent with those commonly seen on the road in Mexico. Normally, vehicles assembled in the U.S. would pose a problem in that they typically identify the occupants as police or other government officials; however, vehicles assembled in Mexico and elsewhere and commonly driven in Mexico without appearing conspicuous may be proposed. Vehicles offered must be capable of being maintained commercially in Mexico at reasonable cost and must be covered by the manufacturer?s warranties. Quoters must demonstrate that the vehicles offered can withstand continuous use in Mexico and the supplied vehicles are to be ?new,? which is defined as ?having zero miles.? Low mileage and/or demonstration models are not considered to be new. Delivery of anything other than new vehicles shall be rejected and returned at no cost to the Government. The resulting contract type shall be firm-fixed price. The above price is FOB destination, Cost Insurance in Freight (CIF) Aduana, Mexico City. The above price includes all shipping and other costs for delivery of the vehicles to Mexico City. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS in Mexico City at the AFI (financial investigative unit of the Government of Mexico). The specifications below are approximate descriptions and dimensions which all quoters should meet or surpass. Specific requirements: VEHICLES Provide the following quantities of vehicles described below. Vehicles should be of varying colors, for security reasons. The proposed vehicle should also be the latest model available at the time of quotation submission, including standard accessories to include owner?s/repair and parts manuals, and spare tire (regular or compact) with tire jack and accessories. Windows may be automatic or manual. At a minimum, the vehicles must meet the following specifications: LINE ITEM 0001: Pickup trucks (dual cab), quantity: 4 each; Body Style: Dual Cab, closed cab; Engine-8 cylinder; Number of Doors-4; Estimated wheelbase size-140 inches; Transmission-Automatic; Fuel-Gasoline; Air conditioning; Radio; Air bags; Electrical system-Normal; Windows-Automatic or manual; Age-New; 2005 or 2006 model year; Accessories- Owner?s/repair and parts manuals, spare tire (regular or compact) with tire jack and accessories; Warranty-2 years minimum; Color-Varying (not all vehicles of same color). LINE ITEM 0002: Pickup trucks (regular cab), quantity: 3 each; Body Style: Regular Cab, closed cab; Engine-8 cylinder; Number of Doors-2; Estimated wheelbase size-125 inches; Transmission-Automatic; Fuel-Gasoline; Air conditioning; Radio; Air bags; Electrical system-Normal; Windows-Automatic or manual; Age-New; 2005 or 2006 model year; Accessories-Owner?s/repair and parts manuals, spare tire (regular or compact) with tire jack and accessories; Warranty-2 years minimum; Color-Varying (not all vehicles of same color). LINE ITEM 0003: Minivan, quantity: 4 each; Body Style: Minivan must offer direct access (passengers can access the vehicle without folding a seat); Engine-6 cylinder; Number of Doors-5; Estimated wheelbase size-up to 125 inches; Transmission-Automatic; Fuel-Gasoline; Air conditioning; Radio; Air bags; Electrical system-Normal; Windows-Automatic or manual; Age-New; 2005 or 2006 model year; Accessories-Owner?s/repair and parts manuals, spare tire (regular or compact) with tire jack and accessories; Warranty-2 years minimum; Color-Varying (not all vehicles of same color). LINE ITEM 0004: Sedan, quantity: 11 each; Body style: 4-door; Engine-6 cylinder; Number of Doors-4; Estimated wheelbase size-110 inches; Transmission-Automatic; Fuel-Gasoline; Air conditioning; Radio; Air bags; Electrical system-normal; Windows-Automatic or manual; Age-New, 2005 or 2006 model year; Accessories-Owner?s/repair and parts manuals, spare tire (regular or compact) with tire jack and accessories; Warranty-2 years minimum; Color-Varying (not all vehicles of same color). LINE ITEM 0005: 4-Wheel Drive, Sport Utility Vehicle, quantity: 4 each; Body Style: 4x4; Engine-8 cylinder; Number of Doors-5; Estimated wheelbase size-105-110 inches; Transmission-Automatic; Fuel-Gasoline; Air conditioning; Radio; Air bags; Electrical system-Normal; Windows-Automatic or manual; Age-New; 2005 or 2006 model year; Accessories-Owner?s/repair and parts manuals, spare tire (regular or compact) with tire jack and accessories; Warranty-2 years minimum; Color-Varying (not all vehicles of same color). MOTORCYCLES: LINE ITEM 0006: Deliver 8 motorcycles as described below. Most of the driving in these motorcycles will be done mainly in cities. The proposed motorcycle shall be of the two wheel variety only, with a seating capacity of two (2). Four wheel ATVs will not be considered. The proposed motorcycle shall also be the latest model at the time of proposal submission. At a minimum, the motorcycles must meet the following specifications: Approximately 650 cc engine, gasoline powered; One-year warranty minimum; Disc or drum brakes; Regular, High Beam, Standard Signaling Lights; Standard Velocimeter with Odometer (odometer/metric up to 99,999); Mirrors and Horn; 1 standard set of tools and accessories; Proven durability, reliability, and safety. DELIVERY DATE: September 30, 2005. Quoters should provide description of items quoted and what quantity can be delivered by the required delivery date of September 30, 2005. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be whether the items are suitable for the intended purpose and whether they can be delivered on time. Quoters that cannot meet the delivery date for the complete quantities or exact items may quote the best terms they can provide. The quoter offering acceptable items that most closely match the Government?s needs and required delivery date will receive most favorable consideration from a technical standpoint. The Government may make one award or multiple awards, whichever is most advantageous and in the Government?s best interest. The Government intends to award to the lowest priced technically acceptable quoter(s). QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: Price quotation for the types and quantities described above, stating which of the five line items being offered, including unit prices and extended prices, inclusive of delivery charges. 2) DESCRIPTION: Description of each product being proposed and how it meets or surpasses the requirements stated above, point by point; product literature may be provided. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR; see below. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3); see below. Be sure to include the information required by paragraph (g)(4) of FAR 52.212-3 regarding the origin of the vehicles or motorcycles. Lowest price will be evaluated by the lowest overall price of the aggregate sum of the item prices to include delivery to Mexico City, taking into account the cost of multiple awards, if made. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-05-Q-0015 is issued as an RFQ. This is a solicitation document incorporating Federal Acquisition Regulation (FAR) clauses and provisions that are in effect through Federal Acquisition Circular 2005-5. The provision at FAR 52.212-3, Offeror Representations and Certifications (dated March 2005) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation. The clause at FAR 52.212-4, Contract Terms and Conditions (dated October 2003) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated July 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.225-3, 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-5, Trade Agreements; and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. In addition, FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. This is an unrestricted acquisition using commercial item procedures in FAR Parts 12 and 13. NAICS code is: 441110 for vehicles, size standard is $24.5 million; and 441221 for motorcycles, size standard of $6.0 million. PLEASE NOTE the restrictions on purchasing noneligible end products. The Federal Acquisition Regulation (FAR), at sections 25.003, 25.403(c), 25.502(b), and 25.504-2, explains in detail these procedures and contains a list of designated countries. The FAR is available on the Internet at http://205.130.237.11/far/loadmainre.html. See numbered note 12. QUOTATIONS ARE DUE by 4:00 p.m., August 29, 2005, local (Florida, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-05-Q-0015. Mail to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail to: lloydre@state.gov.
 
Place of Performance
Address: Deliver to Mexico City
Country: Mexico
 
Record
SN00870412-W 20050817/050815211747 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.