Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

23 -- Vehicle for ADF - Rwanda

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car Dealers
 
Contracting Office
African Development Foundation, African Development Foundation, African Development Foundation, Washington, DC, 1400 Eye Street, N.W. Suite 1000, 10th Floor, Washington, DC, 20005
 
ZIP Code
20005
 
Solicitation Number
ADF-06-C-014
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number ADF 06-C-014 is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. The NAICS code for this solicitation is 441110 and the size standard is $24.5M. The African Development Foundation (ADF), a U.S. Government Corporation fostering grassroots participatory development in Africa, has an immediate need to purchase a new Toyota Landcruiser or equal. Requirement One Toyota Land Cruiser Prado GX Model LJ120-GKMEE or equal. Vehicle requires a tropical vehicle package for the African rough terrain and tropical conditions, left-hand drive side steps/running boards, air conditioning, seatbelts for all seating, minimum 5 passenger seating, 4-wheel drive, 6-cylinder in-line diesel, 1 spare wheel, heavy-duty suspension, 12v electrical system, heavy duty cooling system, protection plate underneath the motor to protect undercarriage such as the oil pan and motor (not armor plate), 1 tool kit to include spanner of all sizes, bumper and grill protector, front bumper guard, driver and passenger airbags, power steering, front wipers, fire extinguisher and first aid kit. AM/FM/Single CD player, anti-lock braking system, short wave radio and power windows, power door locks, cloth seats, roof rack, tow hook, rear wipers, double fuel tank and high altitude compensator are all requested if available. Please specify whether item is standard or optional and, if optional, provide the price. Optional spare parts package to include 4 oil filters, 4 fuel filters, 4 air filters, 2 sets of fan belts, 2 sets front shock absorbers, 2 sets rear shock absorbers. ADF will review all options in proposal based on need and cost to determine which options, if any, will be selected. If the vehicle is other than a Toyota Land Cruiser you must provide the demonstrated ability of the vehicle to handle the rough terrain and tropical climates as are found in Africa. Please identify the approved authorized dealers in Kigali, Rwanda, that can provide the manufacturer warranty and after-sales service. ADF will review additional options in proposal based on need and cost to determine which options, if any, will be selected. The delivery point is: Kigali, Rwanda. Delivery must be completed no later than 60 days from date of award, although earlier delivery will favorably affect the Offeror?s evaluation. Price must include insurance and delivery charges to Rwanda. The award of a contract will be made to the Offeror whose proposal contains the price and technical features, including delivery date (schedule), offering the best overall value to the Government. The Offeror must also provide proof of the availability of maintenance and repair service in Rwanda. Price and technical, including the delivery schedule, are approximately equal. Please include any warranties that apply. Offerors shall submit their proposals in English by e-mail to Ellen Teel at eteel@adf.gov and copy Phyllis Volin at pvolin@adf.gov. Proposals must be in US dollars. Proposals are due by September 26, 2006, by 5:00 p.m. Eastern Time, and the end date for proposals will not be extended. Your proposal must include all shipping and preparation costs. Your proposal must also include the date the vehicle will be ready for delivery. Only proposals meeting or equal to the Landcruiser specifications and optional items listed herein will be considered by the Government. Your proposal must clearly show that you have each of the items required in this solicitation. ADF shall accept questions on the solicitation through 10:00 a.m. Eastern Time September 22, 2006. ADF intends to provide a quick response which will be posted as an amendment on the FedBizopps. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; and 52-232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. To download 52.212-3 Offeror Representations and Certifications, Commercial Items, go to http://www.arnet.gov/far. The Offeror assumes full responsibility for ensuring that offers are received at the place as delineated herein and by the date and time identified above. All offers must be closed and sealed and must be fully identified on the sealed envelope if delivered via third party carrier or hand delivered. The offeror assumes full responsibility for ensuring electronic proposals are formatted in accordance with ADF Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat; cmd; com; exe; pif; rar; scr; vbs; hta; cpl; and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror?s responsibility to verify with ADF that formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. When proposals are hand-carried or sent by courier service, the address for offers is the African Development Foundation, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, D.C. 20005. For offers sent via US Mail, FedEx, or similar methods, please send to the African Development Foundation, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, D.C. 20005.
 
Place of Performance
Address: Kigali, Rwanda
Country: RWANDA
 
Record
SN01149105-W 20060922/060920220055 (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.