Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOLICITATION NOTICE

23 -- FY07 PROCUREMENT OF VEHICLES

Notice Date
10/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, OICC Sasebo, Sasebo Naval Base, Building 320 Hirase-cho, Sasebo, AP, 857-0056
 
ZIP Code
00000
 
Solicitation Number
N40084-07-T-6000
 
Response Due
11/3/2006
 
Archive Date
11/18/2006
 
Point of Contact
Hirokazu Toyofuku, Contract Specialist, Phone 252-2395, Fax 252-3769, - Masayo Sonoda, Purchasing & Contract Specialist, Phone 01181956502394, Fax null,
 
E-Mail Address
hirokazu.toyofuku@sasebo.navy.mil, masayo.sonoda@sasebo.navy.mil
 
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. The solicitation number N40084-07-T-6000, and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 25. 1. A. CONTRACT LINE ITEM NUMBER (CLIN) 0001: Truck, cargo pickup, normal size, 4x2, 2 door, 3 passengers, drop 3 sides of full flat cargo bed, 1,000kg loading capacity, right hand drive, gasoline engine driven, automatic transmission, air conditioning. (1) ECC: 0319 0J. (2) Quantity: 1 each. However, the Government reserves the right to order additional quantities between 1 to 4. Note: Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standard in effect on the date of manufacture. The Government reserves the right to accept alternate specifications as noted below. B. DIMENSION and CAPACITY; Cargo Bed inside Length: 2,600mm (102.3in) minimum, Cargo Bed inside Width: 1,550mm (61.0in) minimum, Cargo Bed inside Height: 320mm (12.5in) minimum, Cargo Bed Height from Ground: 700mm (27.5in) maximum, Loading capacity: 1,000 kg (2,205lb) minimum. C. REQUIREMENTS: (1) Exterior Color: Manufacturer?s standard gloss White. (2) Engine: Gasoline engine, minimum 80PS. (3) Transmission System: Automatic transmission. (4) Suspension: Manufacturer's standard. (5) Cargo Bed Material: Steel. (6) Tire: Manufacturer's standard. (7) Electrical System: Manufacturer's standard. (8) Air Conditioning: Manufacturer's standard. (9) Radio: Manufacturer's standard. (10) Heater: Manufacturer's standard. (11) Seat Belt: Shall be installed on driver's seat and all passenger seats. (12) Air Bag: Shall be installed for driver's seat. (13) Steering: Power steering. (14) Speedometer/Odometer: Manufacturer's standard (in kilometer). (15) Back Buzzer: Shall be installed on rear side. (16) Floor Mats: Manufacturer's standard. (17) Triangle Reflector: One (1). (18) Tire Chain: One (1) set. (19) Warranty: Manufacturer's standard. The warranty work will be provided by dealers around Sasebo area, Japan. (20) Technical Publications: One (1) certificate of transfer for each vehicle, one (1) sets of operator manual(Japanese) for each vehicle, one (1) set of Technical (shop repair) manuals and part catalog(Japanese) for each vehicle, to be furnished by Contractor at time of vehicle delivery. (21) Accessories: Shall be the type installed on manufacturer's standard domestic production model. D. INTENDED USE: The vehicles covered by this specification are intended for general administrative use by the U. S. Government in transporting personnel/cargo. The vehicles furnished hereunder shall be delivered ready for immediate use. E. SAFETY: Each vehicle shall comply with Japanese domestic safety and exhaust emission control requirements. F. DELIVERY POINT: All transportation charges borne by the contractor to the Transportation Officer, NAVFAC FE, Transportation, Sasebo Detachment, Bldg.203, Mr. Morisawa, Tel 0956-50-3534. G. DELIVERY DATE: The vehicle shall be delivered at the delivery point specified above within 90 calendar days after date of contract award. 2. A. CLIN 0002: Truck, Cargo Pickup, miniature size, 4x2, 2 door, 2 passengers, drop 3 sides of full flat cargo bed, 350kg loading capacity, right hand drive, gasoline engine driven, automatic transmission, air conditioning. (1) ECC: 0319 MJ. (2) Quantity: 1 each. However, the Government reserves the right to order additional quantities between 1 to 8. Note: Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standard in effect on the date of manufacture. The Government reserves the right to accept alternate specifications as noted below. B. DIMENSION and CAPACITY: Cargo Bed Inside Length: 1,900mm (74.8in) minimum, Cargo Bed Inside Width:1,400mm (55.1in) minimum, Cargo Bed Inside Height: 250mm (9.8in) minimum, Cargo Bed Height form Ground: 670mm (26.4in) maximum, Loading capacity: 350 kg (771lb) minimum. C. REQUIREMENTS: (1) Exterior Color: Manufacturer?s standard gloss White. (2) Engine: Gasoline engine, minimum 45PS. (3) Transmission System: Automatic transmission. (4) Suspension: Manufacturer's standard. (5) Cargo Bed Material: Steel. (6) Tire: Manufacturer's standard. (7) Electrical System: Manufacturer's standard. (8) Air Conditioning: Manufacturer's standard. (9) Radio: Manufacturer's standard. (10) Heater: Manufacturer's standard. (11) Seat Belt: Shall be installed on driver's seat and all passenger seats. (12) Air Bag: Shall be installed for driver's seat. (13) Steering: Power steering. (14) Speedometer/Odometer: Manufacturer's standard (in kilometer). (15) Back Buzzer: Shall be installed on rear side. (16) Floor Mats: Manufacturer's standard. (17) Triangle Reflector: One (1). (18) Tire Chain: One (1) set. (19) Warranty: Manufacturer's standard. The warranty work will be provided by dealers around Sasebo area, Japan. (20) Technical Publications: One (1) certificate of transfer for each vehicle, one (1) sets of operator manual (Japanese) for each vehicle, one (1) set of Technical (shop repair) manuals and part catalog (Japanese) for each vehicle, to be furnished by Contractor at time of vehicle delivery. (21) Accessories: Shall be the type installed on manufacturer's standard domestic production model. D. INTENDED USE: The vehicles covered by this specification are intended for general administrative use by the U. S. Government in transporting personnel/cargo. The vehicles furnished hereunder shall be delivered ready for immediate use. E. SAFETY: Each vehicle shall comply with Japanese domestic safety and exhaust emission control requirements. F. DELIVERY POINT: All transportation charges borne by the contractor to the Transportation Officer, NAVFAC FE, Transportation, Sasebo Detachment, Bldg.203, Mr. Morisawa, Tel 0956-50-3534. G. DELIVERY DATE: The vehicle shall be delivered at the delivery point specified above within 60 calendar days after date of contract award. 3. A. CLIN 0003: Truck, panel, normal size, 4x4, 5 door, 6 passengers, 750kg loading capacity, windows all sides, right hand drive, gasoline engine driven, automatic transmission, air conditioning. (1) ECC: 0329 00. (2) Quantity: 7 each. Note: Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standard in effect on the date of manufacture. The Government reserves the right to accept alternate specifications as noted below. B. DIMENSION and CAPACITY: Overall Length: 4,300 ? 4,500mm (169.2 ? 177.2in), Overall Width:1,650mm (64.9in) minimum, Overall Height:1,950mm (76.7in) minimum, Wheel Base:2,700mm (106.2in) minimum Loading capacity:750kg (1,653lb) minimum ---- 3 passengers, 500kg (1,102lb) minimum ---- 6 passengers. C. REQUIREMENTS: (1) Exterior Color: Manufacturer?s standard gloss White. (2) Engine: Gasoline engine, minimum 80PS. (3) Transmission System: Automatic transmission. (4) Suspension: Manufacturer's standard. (5) Tire: Manufacturer's standard. (6) Electrical System: Manufacturer's standard. (7) Air Conditioning: Manufacturer's standard. (8) Radio: Manufacturer's standard. (9) Heater: Manufacturer's standard. (10) Seat Belt: Shall be installed on driver's seat and all passenger seats. (11) Air Bag: Shall be installed for driver's seat and front passenger seat. (12) Window: Windows all sides. Shall be installed smoke film on rear side door, rear quarter and back door window. (13) Steering: Power steering. (14) Speedometer/Odometer: Manufacturer's standard (in kilometer). (15) Back Buzzer: Shall be installed on rear side. (16) Room Separation Curtain: Shall be installed on rear portion of second row seat. (17) Remote Controlled Door Mirror: Manufacturer's standard. (18) Electrical Door Lock System: Shall be installed on all doors. (19) Floor Mat: Manufacturer's standard. (20) Triangle Reflectors: One (1). (21) Tire chain: One (1) set. (22) Warranty: Manufacturer's standard. The warranty work will be provided by dealers around Sasebo area, Japan. (23) Technical Publications: One (1) certificate of transfer for each vehicle, one (1) sets of operator manual(Japanese) for each vehicle, one (1) set of Technical (shop repair) manuals and part catalog(Japanese) for each vehicle, to be furnished by Contractor at time of vehicle delivery. (24) Accessories: Shall be the type installed on manufacturer's standard domestic production model. D. INTENDED USE: The vehicles covered by this specification are intended for general administrative use by the U. S. Government in transporting personnel/cargo. The vehicles furnished hereunder shall be delivered ready for immediate use. E. SAFETY: Each vehicle shall comply with Japanese domestic safety and exhaust emission control requirements. F. DELIVERY POINT: All transportation charges borne by the contractor to the Transportation Officer, NAVFAC FE, Transportation, Sasebo Detachment, Bldg.203, Mr. Morisawa, Tel 0956-50-3534. G. DELIVERY DATE: The vehicle shall be delivered at the delivery point specified above within 90 calendar days after date of contract award. 4. A. CLIN 0004: Truck, panel, normal size, 4x2, 5 door, 6 passengers, 1,200kg loading capacity, windows all sides, right hand drive, gasoline engine driven, automatic transmission, air conditioning. (1) ECC: 0329 0J. (2) Quantity: 1 each. However, the Government reserves the right to order additional quantities between 1 to 2. Note: Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standard in effect on the date of manufacture. The Government reserves the right to accept alternate specifications as noted below. B. DIMENSION and CAPACITY: Overall Length: 4,650 ? 4,800mm (183.0 - 189.0in), Overall Width:1,650mm (64.9in) minimum, Overall Height:2,000mm (78.7in) maximum, Loading capacity:1,200kg (2,646lb) minimum ---- 3 passengers, 950kg ( 2,094lb ) minimum ---- 6 passengers. C. REQUIREMENTS: (1) Exterior Color: Manufacturer?s standard gloss White. (2) Engine: Gasoline engine, minimum 120PS. (3) Transmission System: Automatic transmission. (4) Suspension: Manufacturer's standard. (5) Tire: Manufacturer's standard. (6) Electrical System: Manufacturer's standard. (7) Air Conditioning: Manufacturer's standard. (8) Radio: Manufacturer's standard. (9) Heater: Manufacturer's standard. (10) Seat Belt: Shall be installed on driver's seat and all passenger seats. (11) Air Bag: Shall be installed for driver's seat and front passenger seat. (12) Window: Windows all sides. (13) Steering: Power steering. (14) Speedometer/Odometer: Manufacturer's standard (in kilometer). (15) Back Buzzer: Shall be installed on rear side. (16) Floor Mats. (17) Triangle Reflectors: One (1). (18) Tire chain: One (1) set. (19) Warranty: Manufacturer's standard. The warranty work will be provided by dealers around Sasebo area, Japan. (20) Technical Publications: One (1) certificate of transfer for each vehicle, one (1) sets of operator manual(Japanese) for each vehicle, one (1) set of Technical (shop repair) manuals and part catalog(Japanese) for each vehicle, to be furnished by Contractor at time of vehicle delivery. (21) Accessories: Shall be the type installed on manufacturer's standard domestic production model. D. INTENDED USE: The vehicles covered by this specification are intended for general administrative use by the U. S. Government in transporting personnel/cargo. The vehicles furnished hereunder shall be delivered ready for immediate use. E. SAFETY: Each vehicle shall comply with Japanese domestic safety and exhaust emission control requirements. F. DELIVERY POINT: All transportation charges borne by the contractor to the Transportation Officer, NAVFAC FE, Transportation, Sasebo Detachment, Bldg.203, Mr. Morisawa, Tel 0956-50-3534. G. DELIVERY DATE: The vehicle shall be delivered at the delivery point specified above within 90 calendar days after date of contract award. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and are incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR provision 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition and is incorporated by reference (a) The Government reserves the right to award one or more contracts to one or more contractors. FAR provision 52.212-2, Evaluation ? Commercial Items, apply to this acquisition and is incorporated by full text, as follows: 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) technical capability of the item offered to meet the Government requirement; (2) price; and (3) past performance (see FAR 15.304). (b) 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. All quotes shall be in the English language and priced in Japanese Yen only. All quotes shall include (1) Price Quotation: One (1) set, (2) Completed Representations and Certifications: One (1) set, (3) Technical Proposal: One (1) set, and Past Performance information: One (1) set. TECHNICAL PROPOSAL REQUIREMENT: (1) Catalogues or other product literature identifying the features and specifications of each items offered. At a minimum, the literature should identify compliance with the specifications: One (1) set. (2) The Contractor shall identify in his proposal as to which specified items his proposed items meets. The contractor may use the specification by putting a YES or NO in red ink pen at the end of each specified item, and submitting it with the proposal. Any deviations from the Government?s proposed specification shall also be identified in red ink pen and submitted with a deviation summary: One (1) set. All quotes are due on 3 November 2006 at 1100 hours. All quotes and invoices shall be submitted to: Naval Facilities Engineering Command, Far East, Resident Officer in Charge of Construction, Sasebo, PSC 476 BOX 66, FPO AP 96322-0066. Any questions may be submitted to Mr. Hirokazu Toyofuku, Contract Specialist, at Telephone: 011-81-956-50-2395, Fax: 011-81-956-23-2535, or E-mail address: hirokazu.toyofuku@sasebo.navy.mil. In compliance with the request for quotation, the quoter agrees, if this quote is accepted within 90 calendar days from the date specified in the request for receipt of quotes, to furnish any or all items upon which prices are quoted at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule.
 
Place of Performance
Address: Naval Facility Engineering Command, Far East, Resident Officer in Charga of Construction, Sasebo, PSD 476 BOX 66, FPO AP 96322-0066
Zip Code: 96322-0066
Country: JAPAN
 
Record
SN01162199-W 20061007/061005220814 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.