Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

23 -- Used Trucks for Panama

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
441120 — Used 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-06-Q-1015
 
Response Due
3/1/2006
 
Small Business Set-Aside
Total Small Business
 
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, open only to U.S. small businesses, for used 1-1/4 ton trucks to be used by the Government of Panama pursuant to an agreement with the U.S. Department of State. 1.0. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Panama City, Panama has a requirement for the purchase of twelve (12) used 1-1/4 ton trucks to replace five obsolete Border Security Force vehicles and to expand the truck inventory of the Border in Panama in the border regions of Darien (Colombian Border) and Chiriqui/Bocas del Toro (Costa Rican Border). 2.0. DESCRIPTION. The Panamanian National Police (PNP) needs high mobility, multipurpose vehicles primarily for surveillance in the border regions of Darien and Chiriqui/Bocas del Toro. The vehicles must have the capability to work in all types of terrain, including areas of difficult access and in all weather conditions. The trucks requested must be ?used?, military type cargo/troop carrier vehicles. Quoters must demonstrate that the vehicles offered can withstand continuous use in hard terrains and difficult access areas. The resulting contract type shall be firm-fixed price. The price shall be FOB destination to Manzanillo Port in Panama City, Panama. The price shall include all shipping and other costs for delivery of the vehicles to Panama City. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS in Panama City at the above mentioned port. 3.0. SPECIFICATIONS. The specifications below are approximate descriptions and dimensions which all quoters should meet or surpass. Provide the following quantities of vehicles described below. Vehicles should be military type for operational reasons. The proposed vehicle must meet the following specifications: LINE ITEM 0001: 1-1/4 ton payload trucks, Quantity: 12 each. Vehicle Type: High Mobility Multipurpose Wheeled Vehicle (?Humvee?); 4-wheel drive; Engine: minimum 150 horsepower at 3,600 RPM, fuel injected diesel, compression ignition; Number of Doors-2; Transmission-3 Speed automatic; Transfer Case: 2 speed, locking, chain driven; Electrical system-24 volt, negative ground, 60 amps; Age - used, but may be refurbished, in sound working condition, including frame; preferably no more than approximately 40,000 miles on the odometer; Approximate Length: 15 ft.; Approximate Width: 7.08 feet; Approximate Weight: 5,200 lbs.; Fuel type: Diesel; Fuel Capacity: 25 gallons; Brakes: Hydraulic (4 wheel disc). 4.0. DELIVERY DATE: July 1, 2006. Quoters should provide a complete description of trucks quoted and what quantity can be delivered by the required delivery date of July 1, 2006. 5.0. QUOTATION MUST INCLUDE THE FOLLOWING: A. PRICE: Price quotation for the type and quantity described above, stating which make/model/year is being offered, including unit price and extended prices, inclusive of delivery charges. Include both unit price and extended price. State the vehicle and shipping prices separately. B. DESCRIPTION: Description of the truck being proposed and how the quoter meets or surpasses the technical and delivery requirements stated above (specifically, address all of the requirements listed above in part 3.0, line item 0001 above, point by point); product literature may be provided to supplement your quotation. C. REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed similar work in the past two (2) years. D. DUNS AND CCR: Include DUNS number and statement that the quoter has registered in CCR; see below. E. CERTIFICATIONS: Completed certifications (FAR 52.212-3); see below. 6.0. EVALUATION OF QUOTATIONS: The Government intends to award a purchase order to the lowest priced, technically acceptable, responsible quoter. The Government will determine acceptability by assessing the quoter's compliance with the terms of the Request for Quotations (RFQ). The Government will determine contractor responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including: adequate financial resources or the ability to obtain them; ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations. The criteria for evaluating the quotations received, in order of priority, are as follows: Factor 1. The Quoter has properly completed and submitted all sections of the solicitation. Factor 2. The Quoter has submitted technical information and other relevant documentation for the truck(s) offered to adequately support the following: The vehicle meets or exceeds the minimum specifications; The quoter must also have an acceptable record of past performance. The criteria above will be used to determine which quoters are considered to be technically acceptable in terms of meeting or exceeding specifications for the vehicles, meeting or exceeding required delivery times; and complying with all other terms and conditions of the solicitation. Factor 3. Price. Lowest price will be evaluated by the lowest overall price of the aggregate sum of the item prices to include delivery to Panama City. 7.0. ADDITIONAL INFORMATION AND REQUIREMENTS. 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-06-Q-1015 is issued as a RFQ. This is a solicitation document incorporating Federal Acquisition Regulation (FAR) clauses and provisions that are in effect through Federal Acquisition Circular 2005-8. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (dated January 2006) and 52.212-3, Offeror Representations and Certifications (dated March 2005) apply to this acquisition. A completed, signed copy of FAR 52.212-3 shall be submitted with any quotation. The clauses at FAR 52.212-4, Contract Terms and Conditions (dated January 2006) and FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated February 2006) apply to this acquisition. Under FAR 52.212-5, 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, 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; Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); 52.225-3, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. App. 1241). 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 a small business set-aside acquisition using commercial item procedures in FAR Parts 12 and 13. The NAICS code is 441120 and the small business size standard is 500 employees. The FAR is available on the Internet at http:///www.acqnet.gov. See numbered note 1. QUOTATIONS ARE DUE by 4:00 p.m., March 1, 2006, local (Florida, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-06-Q-1015. Mail to Robert Lindquist, 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: lindquistra@state.gov.
 
Record
SN00983148-W 20060210/060208212119 (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.