Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

23 -- Vehicles for ADF Rwanda and Guinea

Notice Date
3/14/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
ADF-07-Sol-004
 
Response Due
3/22/2007
 
Archive Date
4/6/2007
 
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-07-Sol-004 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 4 (four) new Toyota Land Cruisers HZJ105l-GCMRS or equal. Vehicles require left-hand drive, 4-wheel drive, 6-cylinder in-line diesel, heavy-duty suspension, heavy duty cooling system, driver and front passenger airbags, minimum 7 passenger seating, seatbelts for all seating, double gas tank, side steps/running boards, air conditioning (dual air conditioning preferred), power steering, bull bar, skid plate, radio with SW reception capability, front and rear windshield wipers, tow hook, 1 spare wheel, 1 set tool kit (to include spanner of all sizes and tools to change tires), fire extinguisher and first aid kit. Power windows, power door locks, anti-lock brakes, cloth seats, and roof rack are all requested if available. 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. Optional spare parts package (4 oil filters, 4 fuel filters 4 air filters, 4 sets of fan belts, 2 sets front shock absorbers, 2 sets rear shock absorbers, 1 battery). ADF will review options in proposal based on need and cost to determine which options, if any, will be selected. The delivery points are: Conakry, Guinea ? two vehicles; Kigali, Rwanda ? two vehicles. The 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 delivery point. The Offeror must provide proof of the availability of maintenance and repair service in Guinea/Rwanda to include the vendor?s name, address, and telephone number. Please include any warranties that apply. Please also identify the approved authorized dealers in each country that can provide the manufacturer warranty and after-sales service. 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. Price and technical factors, including the delivery schedule and proof of service availability, are approximately equal. Offerors shall submit their proposals in English by e-mail to Ellen Teel at eteel@usadf.gov and to Phyllis Volin at pvolin@usadf.gov. Proposals must be in US dollars. Proposals are due by 5:00 p.m. U.S. Eastern Time on Thursday, March 22, 2007. The proposal should also include all shipping and preparation costs. Your proposal must also include the date the vehicle will be ready for delivery. Only proposals meeting or exceeding the Land Cruiser specifications and optional items listed herein will be considered by the Government. 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 the 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 US Mail, FedEx, courier service or similar method, the address for offers is the African Development Foundation, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, D.C. 20005.
 
Place of Performance
Address: Conakry, Guinea and, Kigali, Rwanda
Country: GUINEA
 
Record
SN01250364-W 20070316/070314220050 (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.