Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

23 -- Trucks for Bolivia

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
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-0015
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 pickup trucks to be used by the Government of Bolivia pursuant to an agreement with the U.S. Department of State. 1.0. DESCRIPTION The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in La Paz, Bolivia has a requirement for the procurement of up to 90 new pickup trucks to replace old equipment and to allow for an expansion of NAS support to counter narcotics operations in Bolivia. The primary use of the vehicles will be for the transportation of personnel and supplies to support these operations. The vehicles must be suitable for extensive travel in rural areas and smaller cities and towns, where deeply rutted and unpaved roads are the norm. They must also be suitable for travel to remote and mountainous regions, which are accessible only by difficult-to-drive, twisting, narrow and unpaved roads that border on 3,000 to 5,000 foot drops. The vehicles will also be used for travel to densely forested areas and must be dependable in heavy mud, which is often encountered during rainy season. The vehicle offered must be capable of being maintained commercially in Bolivia in locations far from the main urban areas and must be covered by the manufacturer's warranties. Quoters must demonstrate that the vehicles offered can withstand continuous use in Bolivia's extremely rugged terrain and harsh climatic conditions, and that the vehicles are cost-effective to operate and maintain. 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. 2.0. PRICING The Contractor shall provide the vehicles at the firm-fixed price established below. Line Item No. 0001: Pickup Truck, Quantity: Up to 90, provide quotation showing unit price and total maximum price, including all features listed below, priced in U.S. dollars. The above price is in terms of "Cost, Insurance and Freight" (CIF), with final delivery to be made at the Duty Free Zone at Customs in La Paz, Bolivia. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS in La Paz. The Embassy will clear and title the vehicles. This purchase order will be a firm-fixed-price, indefinite delivery, indefinite quantity type. 3.0. PAYMENT Delivery of the total maximum quantity of 90 vehicles maximum shall be made in two separate deliveries as specified in Part 5.0. below (Period of Performance). The Contractor may invoice after completion of each of the two deliveries. Payments will not be made for partial quantities delivered. The Contractor shall address invoices to: U.S. Embassy - La Paz Narcotics Affairs Section (Attn: Won Y. Lee) Edificio USAID, Calle 9, No. 104 Obrajes, Bolivia The Contractor's Tax Identification Number (TIN), or Numero de Identificacion Tributaria (NIT) number, must appear on all invoices submitted for payment. All prices shall be in U.S. dollars, and payments will be made to the Contractor in U.S. dollars within thirty (30) calendar days after receipt of an approved invoice. 4.0. DESCRIPTION. 4.1. General: The pickup truck required to support NAS operations is categorized as an off-highway vehicle (OHV). Deployment and use of the vehicles will be primarily on secondary roads and unimproved off-road conditions. The supported operations will include around-the-clock, all-weather use (in hot, temperate, and cold climates). The vehicles are expected to operate on primary roads, secondary roads, cross country terrain and trails, as well as in deteriorated urban environments. These vehicles will play a significant role in moving personnel and equipment from NAS support sites to remote locations, across terrain that is inaccessible by most vehicles. The vehicles must be able to negotiate steep hills, valleys and man-made objects that are typical of the obstacles encountered in their various operating environments. The vehicle must provide sufficient traction, as well as adequate balance and safety (in terms of overturning and/or straining the power train). It is of the utmost importance that the vehicles provide a stable and safe platform for moving equipment and personnel into and out of operation areas. In addition to transporting equipment and personnel, the vehicles may be used by security personnel patrolling remote areas in a force protection role, and the vehicles must be capable of being deployed quickly in response to threats. 4.2. Specifications: The proposed vehicle shall be the latest model available at the time of quotation submission. At a minimum, the trucks must meet the following specifications: MINIMUM REQUIREMENTS FOR PICKUP TRUCKS LINE ITEM 0001: Pickup trucks (regular cab). 4.2.1. Body Style: Regular Cab, closed cab; 4.2.2. Drive: 4x4 (4-wheel drive with high and low transference box); 4.2.3. Engine: minimum 180 horsepower; 4.2.4. Number of Doors: 2; 4.2.5. Estimated wheelbase size: 114 to 126 inches; 4.2.6. Transmission: manual, minimum of 4 forward gears; 4.2.7. Fuel: gasoline or diesel; fuel capacity: minimum 90 liters (desirable: up to 170 liters), in one or more tanks, with automatic switching if more than one tank (base plus reserve must equal at least 90 liters); 4.2.8. Clutch: hydraulic; 4.2.9. Front brakes: disc; rear brakes: disc or drum; 4.2.10. Ground clearance: minimum 8 inches; 4.2.11. Front/rear suspension: rigid axle, with all terrain heavy-duty suspension in front and rear; 4.2.12. Air conditioning; radio; electrical system: normal; Windows: manual; 4.2.13. Seating: driver and two passengers; upholstery: vinyl (cloth with vinyl seat covers may be considered if vinyl is unavailable); Seat belts: for driver and 2 passengers; 4.2.14. Age: newest; 4.2.15. Accessories: owner?s, repair, and parts manuals (one owner?s manual each per vehicle; in addition, provide 10 sets of repair and parts manuals for each model of truck offered, to be used in Bolivian Government?s own repair shops); 4.2.16. Tires: 5, including spare, all-terrain type, with tire jack and accessories; 4.2.17. Warranty: two (2) years minimum; 4.2.18. Color: varying (spread evenly across range of available colors); 4.2.19. Other: Floor mats (accessory floor mats that go over the floor); door locks; standard mirrors; caution plate triangle; interior lights; sun visors; rust proofing (manufacturer?s standard offering is acceptable); 4.2.20. Scanners for vehicle type and software as a backup tool for maintenance purposes: five units per model of truck offered (that is, if offering 90 trucks of the same model, provide five units, to be used in Bolivian Government?s own repair facilities); 4.2.21. Towing accessory: able to accommodate trailer hitch with 2-5/16 inch ball socket (drawbar/ball assembly need not be provided); 4.2.22. Tools: Standard winch (front-mounted, electric winch with cable, with capacity of at least 20% over standard weight of the vehicle; must have controls on outside or both outside and inside, but controls only on inside would not be adequate; may be an after-market add-on). The above specifications are considered to be the minimum requirements for the vehicle. Any vehicle offered that does not meet these minimum specifications will not be considered further. 4.3. Operability Requirement: A. Areas of Operation: The vehicle supplied under the contract shall be suitable for extensive and continual travel in all of the following areas: Rural areas and smaller cities and towns, where deeply rutted and unpaved roads are the norm; Remote and mountainous regions, which are accessible only by difficult-to-drive, twisting, narrow and unpaved roads that border on 3,000 to 5,000 foot drops; On primary roads, secondary roads, cross country terrain & trails, as well as in deteriorated urban environments. "Cross-country Terrain" is defined as terrain that is not subject to repeated traffic, where no roads, routes, well-worn trails or man-made improvements exist. "Trails" are defined as one-lane, unimproved, seldom-maintained, loose-surface roads, intended for low-density traffic. Trails have no defined road width and can include large obstacles (boulders, logs and stumps) and can require fording of streams. B. Operating Environments: The vehicle supplied under the contractor shall be suitable for extensive and continual use in all of the following operating environments: Heavy mud, which is often encountered during rainy season; Varied climates (tropical, hot, temperate, cold); Rain, snow, hail, ice, fog, dust, sand, high humidity and high altitude (> 14,000 feet). The vehicles must be able to operate in any of the above areas and/or environments for extended periods of time. C. Pay Load: The vehicle supplied under the contract shall have a payload capability of one metric ton (1,000 kg), including any combination of passengers and cargo. This is required so that the vehicles will be able to transport operation essential equipment and personnel during extended duration operations. 5.0. PERIOD OF PERFORMANCE AND QUANTITY 5.1. Delivery Delivery of the vehicles shall be made in two separate deliveries as follows (but see below regarding minimum and maximum quantities): Delivery #1: 45 vehicles; Delivery #2: 45 vehicles (or lesser amount, if the maximum quantity is not ordered). The performance period for each of the above deliveries is as follows: Delivery #1: Complete delivery within one hundred twenty (120) calendar days of contract award. Delivery #2: Complete delivery within ninety (90) calendar days following the completion of the first delivery. Note: Delivery in one delivery rather than two may be quoted and may be allowed, if advantageous to the Government. 5.2. Indefinite Quantity: The purchase order issued as a result of this solicitation will be a firm-fixed-price, indefinite delivery, indefinite quantity type. The minimum quantity to be ordered under this contract is 80. The maximum quantity is 90 vehicles. The estimated quantity is 90 vehicles. 6.0. EVALUATION OF QUOTATIONS: The Government may make one award or multiple awards, whichever is most advantageous to the Government. The Government intends to award to the lowest priced, technically acceptable quoter(s). 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 criteria for evaluating the quotations received, in order of priority, are as follows: Factor 1. The Quoter has properly completed and submitted all sections of the solicitation. Factor 2. The Quoter has submitted technical documentation and other relevant documentation for the vehicle offered to adequately support the following: The vehicle meets or exceeds the minimum specifications; The vehicle meets or exceeds the performance requirements of this solicitation, and that the vehicle can withstand continuous use in Bolivia's extremely rugged terrain and harsh climatic conditions; The vehicle is capable of being maintained commercially in Bolivia in locations away from the main urban areas; The vehicle is cost-effective to operate and maintain; The vehicle will be covered by the manufacturer?s warranties; The vehicle has a proven past performance in terms of durability, reliability and safety. 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 times, meeting or exceeding any other service requirements of the solicitation; and complying with all other terms and conditions of the solicitation. Factor 3. Price. 6.1. QUOTATION MUST INCLUDE THE FOLLOWING: A. PRICE: Price quotation for the type and quantity described above, stating which make/model is being offered, including unit price and extended prices, inclusive of delivery charges. Unit price should be based on the estimated quantity of 90 units but must be valid for any quantity between the minimum (80) and maximum (90). B. DESCRIPTION: Description of the truck being proposed and how the quoter meets or surpasses the technical and delivery requirements stated above (specifically, address all of paragraph 4.2, including each of subparagraphs 4.2.1 through 4.2.22, as well as paragraphs 4.3, 5.1, and 6.0 Factor 2), point by point; product literature may be provided to supplement your quotation. C. 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. D. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR; see below. E. CERTIFICATIONS: Completed certifications (FAR 52.212-3); see below. Be sure to include the information required by paragraph (g)(4) of FAR 52.212-3 regarding the origin of the vehicles. 6.2. Price will be evaluated by determining the lowest overall price to include delivery to La Paz, Bolivia, taking into account the cost of multiple awards, if made. 6.3. In order to receive an award, the quoter must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception appliers. All responsible sources may submit a quotation which shall be considered by the Department. 6.4. This solicitation number S-WHARC-07-Q-0015 is issued as an RFQ. This is a solicitation document incorporating Federal Acquisition Regulation (FAR) clauses and provisions that are in effect through Federal Acquisition Circular 2005-15. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (dated SEPT 2006) and 52.212-3, Offeror Representations and Certifications-Commercial Items (dated NOV 2006) apply to this acquisition. A completed, signed copy of FAR 52.212-3 shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (dated SEPT 2005) and FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated NOV 2006) apply to this acquisition. Under FAR 52.212-5, paragraph (b), the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (or, if an exception applies, 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration); 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. In addition, the following clauses are incorporated: FAR 52.216-18, Ordering, with the fill-in in paragraph (a) being the date of contract award through 180 calendar days following contract award; FAR 52.216-19, Order Limitations, with the fill-in in paragraph (a) being 5, and (b)(1)&(2) being 45 and 90, respectively, and the fill in for (b)(3) being 2; and FAR 52.216-22, Indefinite Quantity, with the fill-in in paragraph (d) being 270 calendar days after the date of contract award. 6.5. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999), and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. 6.6. This is an unrestricted acquisition using commercial item procedures in FAR Parts 12 and 13. NAICS code is: 336112, size standard is 1,000 employees. 6.7. PLEASE NOTE the restrictions on purchasing noneligible end products. The Federal Acquisition Regulation (FAR), at sections 25.003, 25.403(c), 25.502(b), and 25.504-2, explains in detail these procedures and contains a list of designated countries. This acquisition is subject to Trade Agreements (FAR subpart 25.4), not the Buy American Act (see FAR section 25.402). The FAR is available on the Internet at http://www.acqnet.gov. See numbered note 12. 6.8. QUOTATIONS ARE DUE by 4:00 p.m., March 9, 2007, local (Ft. Lauderdale, Florida, U.S.) time, via e-mail, fax, or mail. See FAR 52.212-1 regarding late quotations. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0015. If sending by email, send to: LindquistRA@state.gov, and the size of the email should not exceed 3 MB. If sending by fax, send to 954-630-1165, and the entire fax must be received by the due date and time. If sending by mail, send to Robert Lindquist, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309.
 
Place of Performance
Address: La Paz
Country: BOLIVIA
 
Record
SN01233816-W 20070218/070216220553 (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.