Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
MODIFICATION

23 -- Hybrid Vehicles

Notice Date
4/21/2006
 
Notice Type
Modification
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Northwest Oregon Contracting Area (NOCA), 16400 Champion Way, Sandy, OR, 97055
 
ZIP Code
97055
 
Solicitation Number
R6-27-06-061
 
Response Due
5/11/2006
 
Archive Date
5/26/2006
 
Point of Contact
Michael Patterson, Contract Specialist, Phone (503) 668-1739, Fax (503) 668-1763,
 
E-Mail Address
mdpatterson@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (Solicitation no. R6-27-06-061 for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is issued as a Request for Quotation (RFQ) Small Business Set aside procedures for 4 each 4-door sedan hybrid automobiles delivered FOB Destination either to a Portland, Oregon or Vancouver, Washington dealership. An equivalent hybrid automobile refers to the requirement that the crossover system between the gas and electric engines function in the same manner as the Honda Civic Hybrid or Toyota Prius. Only new vehicles are acceptable. The price per vehicle must include FOB Destination (as defined in FAR 52.247-34) delivery. Offers must state the standard warranty provisions. The offer must specify the year, make and model of offered vehicles, provide technical specifications to include list standard equipment for each make and model, and provide the delivery date. Each vehicle must meet, at a minimum, the following requirements: LINE ITEM NO. 0001 through LINE ITEM NO. 0004. Vehicle Type: Automobile; Hybrid; Gasoline/Electric Body Style: 4 Door Sedan Engine Type: Hybrid Transmission: Automatic ABS: (Anti Lock Braking System) Daytime Running Lights Cruise Control Tilt Steering Wheel AM/FM Stereo (minimum) Remote Keyless Entry Electric Windows/Door Locks Rear Window Defroster Air Conditioning Remote Trunk Release Bucket Seats Cloth Seating Carpeted Flooring Floor Mats Restraint System, Drive and Passenger Intermittent Wipers Color: Manufacturer’s White 3.0 ADDITIONAL REQUIREMENTS Basic Warranty: 3 Years/36,000 miles (minimum) Hybrid Technology Warranty: 8 Years/80,000 miles (minimum) 4.0 DELIVERY SCHEDULE AND PLACE OF DELIVERY The automobiles shall be delivered F.O.B. to a Portland, Oregon or Vancouver, Washington Area Dealership by the negotiated date. 5.0 5.0 PAYMENT The Prompt Payment Act applies to this purchase. Payment will be made within 30 calendar days after receipt and acceptance of the vehicles by the Forest Service. Offers should be submitted by fax at (503)668-1763 or email to r6_noca@fs.fed.us by the deadline indicated in this announcement. Offers must include all information requested in this solicitation. EVALUATION AND AWARD: Award will be made based on best value based on the following (listed in descending order of importance): 1.Price and delivery date (preference may be given to an earlier delivery date if there is significant difference between otherwise acceptable quotations) 2.Environmental and energy efficiency considerations 3.Warranty considerations and Maintenance availability The successful offeror must register in the U.S. Government Central Contractor Registration (CCR). The website to register is www.ccr.gov. Questions regarding this solicitation should be directed to either Michael Patterson, Contracting Officer, 503-668-1739, email mdpatterson@fs.fed.us or Jeanette Rico, Purchasing Agent, 503-668-1604; email: jrico@fs.fed.us . This solicitation closes at 4:30 PM Local Time, May 11, 2006. APPLICABLE PROVISIONS AND CLAUSES: The following Provisions and Clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; 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, FAR 52.212-5 (checked clauses under FAR 52.212-5(a)(1) are FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.225-1 Buy American Act and FAR 52.232-33 Payments By Electronic Funds Transfer- Central Contractor Registration), 52.204-7 Central Contractor Registration, and 52.212-2 Evaluation- Commercial Items. No additional FAR clauses apply. Each offeror must complete and submit with the offer a signed and dated Standard Form 1449 Solicitation/Contract/Order for Commercial Items (complete blocks 17a, 19 - 24, 30 a - 30c) and the clause FAR 52.212-3. FAR clauses are available online at http://www.arnet.gov/far/. The SF 1449 and the full solicitation package is available by email. Contact Erina Goff at 503-668-1636. The Government intends to 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.fedbizops.gov. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-APR-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/USDA/FS/0467/R6-27-06-061/listing.html)
 
Place of Performance
Address: 333 SW First Avenue Portland, OR
Zip Code: 97204
Country: USA
 
Record
SN01033225-F 20060423/060421223503 (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.