Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

23 -- Panel Vans for Panama

Notice Date
10/30/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-WHARC-07-Q-0004
 
Response Due
11/3/2006
 
Archive Date
11/18/2006
 
Small Business Set-Aside
Total Small Business
 
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 to be used by the Government of Panama pursuant to an agreement with the U.S. Department of State. This is a small business set-aside acquisition using commercial item procedures in FAR Part 13. The NAICS code is 423110 and the small business size standard is 100 employees. The FAR is available on the Internet at http:///www.acqnet.gov. See numbered note 1. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Panama City, Panama has a requirement for the purchase of new vehicles to be donated to the host government for NAS program purposes: --two (2) small panel vans to be used for carrying cargo. The Government of Panama needs vehicles primarily for surveillance and undercover operations. The vehicles must be inconspicuous and suitable for surveillance in support of narcotics investigations, eradication, and interdiction operations. The vehicles must be easily maneuverable and relatively economical in terms of gas mileage. The vehicles must be consistent with those commonly seen on the road in Panama. Normally, vehicles assembled in the U.S. would pose a problem in that they typically identify the occupants as police or other government officials; however, vehicles assembled in Panama or elsewhere and commonly driven in Panama without appearing conspicuous may be proposed. Vehicles offered must be capable of being maintained commercially in Panama at reasonable cost and must be covered by the manufacturer's warranties. Quoters must demonstrate that the vehicles offered can withstand continuous use in Panama 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) Panama City. The above price includes all shipping and other costs for delivery of the vehicles to Panama City. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS in Panama City. The specifications below are approximate descriptions and dimensions which all quoters should meet or surpass. Provide the following quantities of vehicles described below. Vehicles should be of varying colors, for security reasons. At a minimum, the vehicles must meet the following specifications: LINE ITEM 0001: Panel van, small size, quantity: 2 each; 4 doors, 4 cylinder engine, regular body style with standard roof and long wheelbase, air conditioning, front power windows with one one-touch, driver and passenger power door mirrors, manual five-speed transmission, power steering, steering wheel with tilt adjustment, seating only for 3 people (in front), clock. Floor covering: plastic/vinyl/rubber in passenger compartment, door pockets/bins for driver seat and passenger seat, unleaded fuel 91 octane, full size spare tire with tire jack and accessories, front and rear bumpers, halogen bulb headlights, rear mud flaps, center high mount stop light, and intermittent windshield wipers with fixed intermittent wipe. Color must be inconspicuous. REQUIRED DELIVERY DATE: December 1, 2006. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be whether the items are suitable for the intended purpose and whether they can be delivered on time. Quoters that cannot meet the delivery date for the complete quantities or exact items may quote the best terms they can provide. The quoter offering acceptable items that most closely match the Government's needs and required delivery date will receive most favorable consideration from a technical standpoint. The Government may make one award or multiple awards, whichever is most advantageous and in the Government's best interest. The Government intends to award to the lowest priced technically acceptable quoter(s). QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: Unit price and extended price, inclusive of delivery charges. 2) DESCRIPTION: Description of each vehicle being proposed and how it meets or surpasses the requirements stated above; product literature may be provided. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below; be sure to include the information required by paragraph (c) regarding business size. Lowest price will be the aggregate sum of the item prices to include delivery to Panama City, taking into account the cost of multiple awards, if made. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-07-Q-0004 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 2005-13. The provision at FAR 52.212-3, Offeror Representations and Certifications (dated MAR 2005) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. In addition, FAR 52.214-34, Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. App. 1241), 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. QUOTATIONS ARE DUE by 4:00 p.m., November 3, 2006, local (Florida, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0004. 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 at the location stated above 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 will be to Panama.
Country: PANAMA
 
Record
SN01172912-W 20061101/061030220210 (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.