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 -- Minivans for Lima

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
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-1029
 
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 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 for vehicles (minivans) to be used by the American Embassy, Lima, Peru, using simplified acquisition procedures in FAR Part 13. The FAR is available on the Internet at http://acquisition.gov/far/index.html. 1.0. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Lima, Peru has a requirement for the purchase of 3 (three) new minivans for use within Peru. One vehicle will be used primarily in Lima, while the other two will be used throughout Peru. 2.0. DESCRIPTION. Vehicles offered must be capable of being maintained commercially in Peru at reasonable cost and must be covered by the manufacturer's warranties. Quoters must demonstrate that the vehicles offered can withstand continuous use in Peru and the supplied vehicles are to be new, which is defined as having zero miles. Low mileage and/or demonstration models are not considered to be new. Delivery of anything other than new vehicles shall be rejected and returned at no cost to the Government. The resulting contract type shall be firm-fixed price. The above price is FOB destination, Cost Insurance in Freight (CIF) Callao. The above price includes all shipping and other costs for delivery of the vehicles to Lima. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS in Lima. 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. At a minimum, the vehicles must meet the following specifications: LINE ITEM 0001: Minivan, quantity: 3 each; Engine: 6 cylinder; Number of Doors, seating capacity: 5 doors, seating for 7, cloth seats, manual sliding doors, rear liftgate; Estimated wheelbase size: 113 inches (longer wheelbase may be offered); Transmission, drive: 4-speed Automatic, front wheel drive, cruise control, max. 2,000 pounds towing capacity, adjustable steering wheel; Brakes: Anti-lock, 4-wheel disc; Fuel: Gasoline, 20 gallon tank; Air conditioning; Radio; Air bags; Electrical system: Normal; rear defogger, power opening rear windows; 12 volt front and rear power outlets; Windows, mirrors: Automatic/power windows, manual driver and passenger exterior mirrors, intermittent rear wiper; Age: New; 2006 or 2007 model year; Accessories: Owner?s/repair and parts manuals, spare tire (regular, not compact) with tire jack and accessories, cargo net, front console with storage, front and rear floor mats; Warranty: 3 years, through local authorized dealer; Color: Inconspicuous; Local maintainability: At reasonable cost; Safety: NHTSA rating of good or better for passenger, driver, side impact front and rear, rollover; Keys: 4 sets of keys. 4.0. REQUIRED DELIVERY DATE: October 15, 2006 (1 unit) and November 7, 2006 (2 units). 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 vehicle 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, and delivery time); product literature may be provided to supplement the 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, CCR, and ORCA: Include DUNS number and statement that the quoter has registered in CCR; see below regarding ORCA. E. CERTIFICATIONS: Preferably evidence of registration in ORCA; or completed certifications (FAR 52.212-3). The NAICS code is 423110 and the small business size standard is 100 employees. 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 Quoter must properly complete and submit all sections of the solicitation. The Quoter must also submit technical information and other relevant documentation for the vehicles offered to adequately support the following: --The vehicle meets or exceeds the minimum specifications and delivery time; --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 time; and complying with all other terms and conditions of the solicitation. Lowest price will be evaluated by calculating the lowest overall price of the aggregate sum of the item prices to include delivery to Peru, taking into account the cost of multiple awards, if made. 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 unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-06-Q-1029 is issued as an RFQ under Part 13 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-12. The provision at FAR 52.212-3, Offeror Representations and Certifications (dated JUN 2006) applies to this acquisition. Either evidence of registration in the On-Line Representations and Certifications (ORCA) web site at http://www.ccr.gov/mpin.asp and https://orca.bpn.gov, or a completed, signed copy of this provision must be submitted with the quotation. The clause at FAR 52.212-4, Contract Terms and Conditions (dated SEP 2005) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated AUG 2006) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside (Alternate I); 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; 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) and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. Please note that any quotations for non-U.S. vehicles will be subject to the source-origin waiver process of the Bureau of International Narcotics and Law Enforcement Affairs. QUOTATIONS ARE DUE by 4:00 p.m., September 26, 2006, local (Ft. Lauderdale) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-06-Q-1029. Mail to Robert Lloyd, 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: lloydre@state.gov. CAUTION: Complete quotations must be received by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, paragraph (f).
 
Place of Performance
Address: Delivery is to Lima, Peru.
Country: PERU
 
Record
SN01149286-W 20060922/060920220354 (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.