Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
MODIFICATION

23 -- Trucks for Bolivia

Notice Date
2/7/2006
 
Notice Type
Modification
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
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-06-Q-1009
 
Response Due
2/17/2006
 
Point of Contact
Robert Lloyd, Contracting Officer, Phone 954-630-1146, Fax 954-630-1165, - Robert Lindquist, Contract Specialist, Phone 9546301164, Fax 9546301165,
 
E-Mail Address
lloydre@state.gov, LindquistRA@state.gov
 
Description
AMENDMENT 2 TO RFQ S-WHARC-06-Q-1009 IS BEING RELEASED AS A COMPLETE REISSUANCE OF THE SOLICITATION POSTED ON JANUARY 25, 2006 AND AMENDED VERSION POSTED FEBRUARY 1, 2006, FOR EASE OF READING. PLEASE NOTE THE CHANGES MADE IN PARAGRAPHS 4.2.3 AND 4.2.13. RESPOND ONLY TO THE AMENDED VERSION OF THE RFQ, AS STATED BELOW. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 pickup trucks to be used by the Government of Bolivia pursuant to an agreement with the U.S. Department of State. 1.0. DESCRIPTION The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in La Paz, Bolivia has a requirement for the procurement of up to 90 new pickup trucks to replace old equipment and to allow for an expansion of NAS support to counternarcotics operations in Bolivia. The primary use of the vehicles will be for the transportation of personnel and supplies to support these operations. The vehicles must be suitable for extensive travel in rural areas and smaller cities and towns, where deeply rutted and unpaved roads are the norm. They must also be suitable for travel to remote and mountainous regions, which are accessible only by difficult-to-drive, twisting, narrow and unpaved roads that border on 3,000 to 5,000 foot drops. The vehicles will also be used for travel to densely forested areas and must be dependable in heavy mud, which is often encountered during rainy season. The vehicle offered must be capable of being maintained commercially in Bolivia in locations far from the main urban areas and must be covered by the manufacturer’s warranties. Quoters must demonstrate that the vehicles offered can withstand continuous use in Bolivia’s extremely rugged terrain and harsh climatic conditions, and that the vehicles are cost-effective to operate and maintain. 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. 2.0. PRICING The Contractor shall provide the vehicles at the firm-fixed price established below. Line Item No. 0001: Pickup Truck, Quantity: Up to 90, provide quotation showing unit price and total maximum price, including all features listed below, priced in U.S. dollars. The above price is in terms of “Cost, Insurance and Freight” (CIF), with final delivery to be made at the Duty Free Zone at Customs in La Paz, Bolivia. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS in La Paz. The Embassy will clear and title the vehicles. This purchase order will be a firm-fixed-price, indefinite delivery, indefinite quantity type. 3.0. PAYMENT Delivery of the total maximum quantity of 90 vehicles maximum shall be made in two separate deliveries as specified in Part 5.0. below (Period of Performance). The Contractor may invoice after completion of each of the two deliveries. Payments will not be made for partial quantities delivered. The Contractor shall address invoices to: U.S. Embassy - La Paz Narcotics Affairs Section (Attn: Won Y. Lee) Edificio USAID, Calle 9, No. 104 Obrajes, Bolivia The Contractor’s Tax Identification Number (TIN), or Numero de Identificacion Tributaria (NIT) number, must appear on all invoices submitted for payment. All prices shall be in U.S. dollars, and payments will be made to the Contractor in U.S. dollars within thirty (30) calendar days after receipt of an approved invoice. 4.0. DESCRIPTION. 4.1. General: The pickup truck required to support NAS operations is categorized as an off-highway vehicle (OHV). Deployment and use of the vehicles will be primarily on secondary roads and unimproved off-road conditions. The supported operations will include around-the-clock, all-weather use (in hot, temperate, and cold climates). The vehicles are expected to operate on primary roads, secondary roads, cross country terrain and trails, as well as in deteriorated urban environments. These vehicles will play a significant role in moving personnel and equipment from NAS support sites to remote locations, across terrain that is inaccessible by most vehicles. The vehicles must be able to negotiate steep hills, valleys and man-made objects that are typical of the obstacles encountered in their various operating environments. The vehicle must provide sufficient traction, as well as adequate balance and safety (in terms of overturning and/or straining the power train). It is of the utmost importance that the vehicles provide a stable and safe platform for moving equipment and personnel into and out of operation areas. In addition to transporting equipment and personnel, the vehicles may be used by security personnel patrolling remote areas in a force protection role, and the vehicles must be capable of being deployed quickly in response to threats. 4.2. Specifications: The proposed vehicle shall be the latest model available at the time of quotation submission. At a minimum, the trucks must meet the following specifications: MINIMUM REQUIREMENTS FOR PICKUP TRUCKS LINE ITEM 0001: Pickup trucks (regular cab). 4.2.1. Body Style: Regular Cab, closed cab; 4.2.2. Drive: 4x4 (4-wheel drive with high and low transference box); 4.2.3. Engine: minimum 180 horsepower; 4.2.4. Number of Doors: 2; 4.2.5. Estimated wheelbase size: 114 to 126 inches; 4.2.6. Transmission: manual, minimum of 4 forward gears; 4.2.7. Fuel: gasoline or diesel; fuel capacity: minimum 90 liters (desirable: up to 170 liters), in one or more tanks, with automatic switching if more than one tank (base plus reserve must equal at least 90 liters); 4.2.8. Clutch: hydraulic; 4.2.9. Front brakes: disc; rear brakes: disc or drum; 4.2.10. Ground clearance: minimum 8 inches; 4.2.11. Front/rear suspension: rigid axle, with all terrain heavy-duty suspension in front and rear; 4.2.12. Air conditioning; radio; electrical system: normal; Windows: manual; 4.2.13. Seating: driver and two passengers; upholstery: vinyl (cloth with vinyl seat covers may be considered if vinyl is unavailable); Seat belts: for driver and 2 passengers; 4.2.14. Age: newest; 4.2.15. Accessories: owner’s, repair, and parts manuals (one owner’s manual each per vehicle; in addition, provide 10 sets of repair and parts manuals for each model of truck offered, to be used in Bolivian Government’s own repair shops); 4.2.16. Tires: 5, including spare, all-terrain type, with tire jack and accessories; 4.2.17. Warranty: two (2) years minimum; 4.2.18. Color: varying (spread evenly across range of available colors); 4.2.19. Other: Floor mats (accessory floor mats that go over the floor); door locks; standard mirrors; caution plate triangle; interior lights; sun visors; rust proofing (manufacturer’s standard offering is acceptable); 4.2.20. Scanners for vehicle type and software as a backup tool for maintenance purposes: five units per model of truck offered (that is, if offering 90 trucks of the same model, provide five units, to be used in Bolivian Government’s own repair facilities); 4.2.21. Towing accessory: able to accommodate trailer hitch with 2-5/16 inch ball socket (drawbar/ball assembly need not be provided); 4.2.22. Tools: Standard winch (front-mounted, electric winch with cable, with capacity of at least 20% over standard weight of the vehicle; must have controls on outside or both outside and inside, but controls only on inside would not be adequate; may be an after-market add-on). The above specifications are considered to be the minimum requirements for the vehicle. Any vehicle offered that does not meet these minimum specifications will not be considered further. 4.3. Operability Requirement: A. Areas of Operation: The vehicle supplied under the contract shall be suitable for extensive and continual travel in all of the following areas: Rural areas and smaller cities and towns, where deeply rutted and unpaved roads are the norm; Remote and mountainous regions, which are accessible only by difficult-to-drive, twisting, narrow and unpaved roads that border on 3,000 to 5,000 foot drops; On primary roads, secondary roads, cross country terrain & trails, as well as in deteriorated urban environments. ”Cross-country Terrain” is defined as terrain that is not subject to repeated traffic, where no roads, routes, well-worn trails or man-made improvements exist. ”Trails” are defined as one-lane, unimproved, seldom-maintained, loose-surface roads, intended for low-density traffic. Trails have no defined road width and can include large obstacles (boulders, logs and stumps) and can require fording of streams. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/State/RPSO/FRC/S-WHARC-06-Q-1009/listing.html)
 
Place of Performance
Address: La Paz
Country: Bolivia
 
Record
SN00982921-F 20060209/060207220004 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.