Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2006 FBO #1601
SOLICITATION NOTICE

23 -- Right Hand Drive Single Cab Pick-ups 4x4

Notice Date
4/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of State, Regional Procurement Support Office - Frankfurt, American Consulate General, Regional Procurement Support Office Giessener Strasse 30, 60435 Frankfurt am Main, Germany, Washington, DC, 20522
 
ZIP Code
20522
 
Solicitation Number
SGE500-06-R-1036
 
Response Due
5/17/2006
 
Archive Date
6/1/2006
 
Description
1.0 SYNOPSIS / SOLICITATION 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; proposals are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Proposals (RFP) under full and open competition procedures for: 185 to 200 new right-hand drive Single Cabin Pick-Ups 4x4, 4100 cc Diesel. The vehicles will be provided to various law enforcement agencies of the Government of Pakistan and will be utilized for patrolling and surveillance of the border of Pakistan with Afghanistan. The Regional Procurement Support Office (RPSO) in Frankfurt, Germany, will award a firm fixed-price indefinite-quantity type contract(s) for the subject requirement. The point of contact for this action is Mr. Tahir Siddiq, Contract Specialist, Tel: (++49) 69 7535-3332, Fax: (++49) 69 7535-3329, Email: Siddiqtm@state.gov or RPSO Email: FrankfurtRPSO@state.gov This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular No. 2006-8. 2.0 DESCRIPTION / SPECIFICATIONS The minimum specifications, requirement and quantities of the vehicles are set forth below: LINE ITEM NO. 0001: Estimated minimum quantity 185 each; estimated maximum quantity 200 each. Vehicle Type: Single Cabin Pick-Up, 4-Wheel Drive (4x4), 4100 CC Diesel; Steering: Factory-built right-hand drive, power assisted; Wheelbase: 3000 mm; Number of doors: 2; Seating Capacity: 3; Engine: 4100 cc, 6-cylinder, Diesel; Transmission: Manual, 5-speed forward and 1 reverse, floor shift; Ground Clearance: 230 mm; Performance: Vehicle shall be capable of operating at high altitude areas; Suspension: Heavy duty, suitable to Pakistan?s cross country terrain; Brake System: Hydraulic, power assisted brakes; Wheels and Tires: Single rear wheels, tube type tires with cross country tread pattern; Towing Arrangement: Towing hooks at front and rear; Cabin: All instruments and gauges shall be graduated in metric system with description in English language, seat belts for driver and co-driver, rearview exterior mirrors on both sides and inside the cabin, air conditioner, heater, defroster for front windshield; Rear Body Construction (Super Structure): Vehicle shall be fitted with longitudinal foldable wooden bench seats in 2 sections on each side, shall have tarpaulin with front and rear removable curtain fabricated from heavy duty and waterproof canvas, clear inside height of the rear body construction (super structure) shall be 54 inches, body mounting design shall be suitable for operation of vehicle in cross-country including undulated ground; Color / Paint: Standard - white, beige, brown and gray; Miscellaneous: Rechargeable fire extinguisher (ozone friendly) with 1 Kg capacity; Lockable fuel cap/cover; AM/FM radio with cassette player; Vehicle Title or Certificate of Origin, as appropriate; Three (3) keys for each function; One (1) Service booklet; One (1) Warranty service booklet; One (1) Owner's manual. NOTE: All manuals and literature shall be in the English language. 3.0 ADDITIONAL REQUIREMENTS Due to harsh operating environment the vehicles will require continuous maintenance and repairs in the extremely remote sites of the Baluchistan and North West Frontier Provinces of Pakistan. The vehicles shall be readily serviceable by means of knowledgeable service personnel, appropriate service facilities and readily available routine spare parts at competitive prices. The availability of parts shall not be limited to metropolitan areas but shall also be available in small towns of these regions. The standard new car warranty applicable in Pakistan shall be provided. All documentation shall be furnished in English. 4.0 EFFECTIVE PERIOD OF CONTRACT, DELIVERY SCHEDULE AND PLACE OF DELIVERY The effective period of this indefinite quantity contract shall be 12 months from the date of award. The vehicles shall be delivered to the delivery point specified below within 180 calendar days following receipt of an order by the Contractor. The vehicles that will be imported by the Contractor in to Pakistan shall be delivered by the Contractor on C.I.F. basis to the Seaport of Karachi, Pakistan, in accordance with FAR 52.247-42, C.I.F. Destination (APR 1984). The vehicles that will be supplied by the Contractor within Pakistan shall include delivery of the vehicles to the U.S. Government at the Contractor?s facility in Pakistan in accordance with FAR 52.247-30, F.O.B. Origin, Contractor?s Facility (FEB 2006). ORDERING PROCEDURES (a) In accordance with FAR 52.216-18, Ordering (OCT 1995), the following individuals and activities are authorized to issue delivery orders or task orders hereunder: Department of State, RPSO Contracting Officers. (b) Orders placed under this contract shall contain the following information: (1) Date of order; (2) Contract number and order number; (3) Item number and description, quantity, and unit price; (4) Delivery or performance date; (5) Place of delivery or performance (including consignee); (6) Packaging, packing, and shipping instructions, if any; (7) Accounting and appropriation data; (9) Any other pertinent information. 5.0 APPLICABLE CLAUSES AND PROVISIONS The following Clauses and Provisions are incorporated by reference: FAR 52.212-1, Instructions to Offerors; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, (checked clauses under FAR 52.212-5(a)(1) are 52.203-6, 52.225-13 and 52.247-64). The FAR is available on the Internet at http:///www.acqnet.gov. 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Special vehicle features that are required in effective program performance and that are not provided by a comparable supply; (2) Probable life of the item selected as compared with that of a comparable item; (3) Warranty considerations; (4) Maintenance availability; (5) Past Performance; and (6) Environmental and energy efficiency considerations. Basis for Award The Government intends to award a contract resulting from this solicitation to the offeror whose offer will represent the best value to the Government and who is determined to be a responsible contractor within the meaning of FAR Part 9, paragraph 9.104. The evaluation will be conducted in accordance with the procedures set forth below: (i) Pricing The price will be evaluated by the lowest overall price of the aggregate sum of the items including: (A) Delivery to the Seaport of Karachi, Pakistan, in accordance with FAR 52.247-42, C.I.F. Destination (APR 1984), of vehicles that will be imported in to Pakistan. (B) Delivery at the Contractor?s facility in Pakistan in accordance with FAR 52.247-30, F.O.B. Origin, Contractor?s Facility (FEB 2006), of vehicles that will be supplied by the Contractor within Pakistan. (ii) Technical Capability The proposed vehicles shall meet all of the technical specifications and the delivery terms contained herein. The offerors shall provide with their proposal, at a minimum, existing product literature to substantiate the acceptability of their offered products in accordance with Section 2.0, Description/Specifications, of this solicitation. In addition, the offerors shall provide for each vehicle category: (A) Available exterior and interior color schemes; (B) Data detailing their maintenance and repair service network in Pakistan, especially along the entire Pakistan-Afghanistan border in the Baluchistan and the North West Frontier Provinces of Pakistan, and ability to respond to emergency repairs and other vehicle support needs in these regions on short notice; (C) Ability to provide maintenance and spare parts for vehicles in the area of their deployment; (D) The offerors shall propose with their offer a delivery time frame for the number of vehicles to the Seaport of Karachi or the Contractor?s facility in Pakistan after receipt of the contract award by the Contractor; and (E) Details of warranty provisions available in Pakistan. (iii) Past Performance The offerors shall list a minimum of three contracts and/or subcontracts that they have held over the past two years to demonstrate their prior experience in supplying vehicles in the required category to companies, organizations and other Government entities, etc. Any additional information, such as letters, associations and standards to substantiate the past performance shall be furnished by the offerors. The offerors shall provide the following information for each contract and/or subcontract: (A) Customer's name, address, and telephone numbers of customer's lead contract and technical personnel; (B) Type(s) and category(ies) of vehicles; (C) Contract number; (D) Contract dollar value; and (E) Any terminations (partial or complete) and the reason (convenience or default). Technical capability and past performance, when combined, are equal to the price. The Government intends to award an indefinite delivery order contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and sub-factors set forth in this Section. (b) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through the expiration date of the contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than the estimated minimum quantities set forth in Section 2.0, Description/Specifications, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of the estimated maximum quantities set forth in Section 2.0, Description/Specifications; (2) Any order for a combination of items in excess of the estimated maximum quantities set forth in Section 2.0, Description/Specifications; or (3) A series of orders from the same ordering office within ten (10) days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within ten (10) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after three months following its expiration. DUE DATE AND SUBMISSION OF PROPOSALS The proposals shall be submitted on or before Wednesday, May 17, 2006, 15:00 hours local time, in a sealed envelope marked Proposal SGE500-06-R-1036 for the attention of Mr. Tahir Siddiq, Contract Specialist, Tel: (++49) 69 7535-3332 or 3300, to the following location: American Consulate General Regional Procurement Support Office Giessener Strasse 30 60435 Frankfurt am Main, Germany Note: Offerors shall submit their Price Proposal separately from the rest of their proposal, e.g., Technical Proposal (including past performance etc.), as the Price Proposal will be evaluated independently.
 
Record
SN01027384-W 20060415/060413220433 (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.