Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

26 -- Run-Flat Tire System Replacements

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
441320 — Tire Dealers
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OAA-DHCA-DOFDA-06-1971
 
Response Due
8/25/2006
 
Point of Contact
Claudia Enriquez, Contract Specialist, Phone 202-712-5355, Fax 202-216-3396, - Joe Lentini, Contracting Officer, Phone 202-712-1316, Fax 202-216-3396,
 
E-Mail Address
cenriquez@usaid.gov, jlentini@usaid.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ M-OAA-DHCA-DOFDA-06-1971 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 441320. This requirement is unrestricted and only interested offerors may submit a quote. Hard copy submission needs to include original and one copy of a quotation which addresses the requirements in Attachment No. 1. You shall fill out and include Standard Form 1449 duly signed with quotation. In addition, quotations may be submitted via e-mail to cenriquez@usaid.gov, as long as it includes SF 1449 duly signed. Either the electronic or hard copy proposals must be received by the stated closing date and time. Please address your proposal as follows: Hand-Carried Address: U.S. Agency for International Development M/OAA/DCHA/DG, Room 7.09-132, Ronald Reagan Building 1300 Pennsylvania Avenue, NW Washington, DC 20523 Attn: Claudia M. Enriquez USAID Visitor's Desk-Entrance at the 14th Street Lobby Only Call from Lobby for quotation pick-up at 2-5355 Should offerors require additional clarification, contact Claudia M. Enriquez, Senior Contract Specialist, via email at cenriquez@usaid.gov or at 202-712-5355 1.0 - Introduction: In order to maintain the safety and reliability of the armored USAID/DCHA/OFDA fleet in the field, it is necessary to periodically replace the wearable vehicle parts. The run-flat systems that are currently installed on the armored Toyota Land Cruiser positioned in South Africa are compromising the safety and reliability of the vehicle. The capability of the United States Government (USG) to quickly and safely respond to international emergencies is dependent on the reliability of the field fleet. To ensure that these vehicles are ready at all times, it is necessary to replace those parts which serve to compromise the integrity and safety of the vehicle armor system. Run-flat tires represent a portion of this system. The run-flat tires currently installed on this vehicle have had multiple problems in the recent past. To prevent these problems from re-occurring during an emergency situation, five replacement run-flat systems need to be acquired for this vehicle (one for each tire and one for the spare). 2.0 - Technical Requirements and Specifications: This procurement will be for five new, unused run-flat tire systems to be installed on an armored Toyota Land Cruiser. In accordance with the following specifications: Five standard 16” run-flat replacements with wheel profiles: B1170 (16 x 6.5 steel wheel), including inserts and metal valve stems. These replacements need to be compatible with either 275/70 R16 or 235/85 R16 tires. The authorized source, origin and nationality for this procurement is geographic code 000, United States of America. 3.0 - Delivery: Delivery of the Run Flat system will take place immediately upon award, but not later than September 1st, 2006. The contractor will be required to provide ODFA Logistics with weight, dimensions, and specifications of the cargo (individual carton and palletized) prior to shipment from vendor’s warehouse, after packaged for transport. Delivery shall be made at the Contractor’s premises, in accordance with FAR 52.247-30, F.O.B. Origin, Contractor’s Facility 4.0 – Inspection and Acceptance: Inspection and acceptance will take place at the Contractor’s facilities, in accordance with FAR 52.246 4 INSPECTION OF SERVICES FIXED PRICE (AUG 1996). Inspection and acceptance of all deliverables required hereunder shall be performed by the cognizant USAID CTO for this Purchase Order or his/her designee. 5.0 - Marking requirement: Marking shall be in accordance with clause AIDAR 752.7009 Marking (JAN 1993). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/AID/OP/WashingtonDC/M-OAA-DHCA-DOFDA-06-1971/listing.html)
 
Place of Performance
Address: Contractor's premises
Zip Code: 20523
Country: UNITED STATES
 
Record
SN01147711-F 20060920/060918223947 (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.