Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

99 -- One (1) New White 1 Ton 4 Wheel Drive Exteded Cab Truck

Notice Date
1/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APWSWRHN-0009-6
 
Response Due
2/1/2006
 
Archive Date
2/16/2006
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspections Service (APHIS), and Wildlife Services (WS), 210 Amauulu Road Hilo, HI 96720 has a requirement for one (1) New white 1 ton 4wheel drive extended cab Truck. (i) 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: quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is APWSWRHN-0009-6 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) The associated North American Industry Classification System (NAICS) code is 441229; this solicitation will be open market. (v) (vi) This requirement consists of 1 line item to purchase one (1) New white 1 ton Truck, 4 wheel drive, extended cab, 6? bed, v8 diesel engine, automatic, limited slip differential, engine block heater, engine/transmission oil cooler, dark tinted glass, power locks/windows, vinyl upholstery, cruise control, tilt steering, reclining bucket seats, backup alarm, class IV receiver hitch, in-country standard warranty. It is anticipated that a firm-fixed price contract will be awarded. The Government intends to issue a single solicitation and make a single award to one offeror. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizopps.gov. (vii) Delivery and acceptance of line item 1 will be FOB Destination, Hilo, HI. Applicable FAR clauses are incorporated by reference: 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Jan 2004); (viii) 52.212-1 Instructions to Offerers ? commercial Items (01/04); (ix) 52.212-2, Evaluation ? Commercial Items (01/99); (x) 52.212-3 Offerers Representations and Certifications ? Commercial Items (01/04) ? the contractor shall return a completed copy of this provision with the quotation, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions ? Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (03/04); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (10/03). The following text is added to Paragraph (a) of FAR 52.212-2: The following factors shall be used to evaluate offers: Technically capability: inclusion of availability of maintenance facilities; Past performance (send list of references with quote); price. Technical and past performance when combined, are approximately equal to price. Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. note 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286); 52.222-21 Prohibition of Segregated Facilities (02/99); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.225-13 Restrictions on Certain Foreign Purchases (12/03); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (01-04) (E.O. 13126); 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212). (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers must include tax payer federal identification number, DUNS number, and business size. Failure to provide this information will result in the vendor not being considered for award. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires THE CONTRACTOR BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) SYSTEM BEFORE THEY CAN BE AWARDED THE CONTRACT. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414. (xvi) QUOTES ARE DUE BY: Wednesday February 01, 2006 by 4:00 p.m. central time (ct). (xvii) Submit faxed quotations to Sheree Johnson, Purchasing section at fax number: 612-370-2136 with a SIGNED ORIGINAL FORWARDED BY MAIL TO: USDA APHIS Purchasing, Attn: Sheree Johnson, Butler Square 5th floor, 100 North Sixth Street, Minneapolis, MN 55403.
 
Place of Performance
Address: 210 Amauulu Road Hilo, HI
Zip Code: 96720
Country: USA
 
Record
SN00967998-W 20060120/060118211735 (fbodaily.com)
 
Source
FedBizOpps 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.