Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

23 -- Vehicles for Namibia and Lesotho

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4413, Washington, DC, 20526, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PC-07-Q-010
 
Response Due
4/18/2007
 
Archive Date
5/3/2007
 
Description
1.0 DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the simplified acquisition procedures specified in Federal Acquisition Regulations Part 13 and Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to award firm fixed price contract(s) for a new model year 2007 Toyota Landcruiser Station or equivalent vehicle to be delivered to the Peace Corps locations specified in paragraph 4.0 below. 2.0 VEHICLE REQUIREMENT: THE QUOTE MUST SPECIFY: (a) the year, make and model of offered vehicle, (b) provide the vehicle?s technical specifications to include the list of standard and optional equipment, the warranty provisions for the vehicle, and (c) provide the delivery date. The vehicles must include at a minimum: A. For the Peace Corps Namibia Vehicles: Quantity: Two (2) Make: Toyota Model: Land Cruiser Model Code: HZJ105R GNMNK Engine Size: 4500 CC Fuel Type (Gas/Diesel): Petrol Steering Wheel location RHD Transmission: Manual Passenger Capacity: 8 Color: White Seating: Cloth seats all forward facing B. For the Peace Corps Lesotho Vehicle: Quantity: 1 Make: TOYOTA Model: LANDCRUISER Model Code: HZJ105R-GNMNK Engine Size: 4500CC Fuel Type (Gas/Diesel): Petrol LHD/RHD: RHD Transmission: MANUAL Passenger Capacity: 8 Color: WHITE Seating: Cloth seats all forward facing 3.0 ADDITIONAL VEHICLE REQUIREMENTS: In addition to the mandatory requirements listed above, the Government requests that quotes include the following options: A. Peace Corps Namibia a) Air conditioning b) am/fm cassette radio c) Extra (90L) subfuel tank d)19 liter jerry can e) Power assisted steering d) Intermittent wipers e) Mud guards f) Heavy duty suspension g) owners manuals h) three (3) point seat belts (all places) i) Electronic anti-theft system j) Steering wheel lock k) Roof rack with side steps (assembled) l) Trailer hitch B. Peace Corps Lesotho a) Air conditioning b) am/fm cassette radio c) Extra (90L) subfuel tank d)19 liter jerry can e) Power assisted steering d) Intermittent wipers e) Mud guards f) Heavy duty suspension g) owners manuals, parts and service manuals h) three (3) point seat belts (all places) i) Electronic anti-theft system j) Steering wheel lock l) roof rack and side steps (assembled) m) rear heater defogger 4.0 PLACE OF DELIVERY: a) Namibia vehicle: i) Delivered C.i.f to: Peace Corps Namibia c/o United States of America Embassy 20 Nachtigal Str. Ausspannplatz ii) The Consignee address is: To be determined b) Lesotho vehicles: i) Delivered C.i.f to: American Embassy 254 Kingsway Maseru 100, Lesotho ii) The Consignee address is: Lereko Mofokeng P.O. Box 554 5 Bowker Road Maseru 100, Lesotho Email: Lmofokeng@LS.peacecorps.gov Office Phone: 266 223 10287 Cell Phone: 266 58866047 5.0 INVOICING AND PAYMENT: The Prompt Payment Act applies to this purchase. Payment will be made within 30 calendar days after delivery of the vehicle to the required destination. The original invoice shall be mailed to the payment office indicated in the order and a copy of the invoice shall be mailed to the consignee. 6.0 EVALUATION AND AWARD: The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes and are listed in descending order of importance: a) Price. b) Compliance with requested vehicle specifications. c) Delivery Date d) Past Performance/Prior Experience. e) Warranty considerations. The quotes should include the price delivering the vehicles with all options assembled (including roof rack) prior to Peace Corps acceptance. 7.0 SOLICITATION RESPONSE FORMAT: a) The quote shall be clearly marked with the solicitation number PC-07-Q-010 and submitted by email to escott@peacecorps.gov, or by fax at (202) 692-1621 by no later than 3:00 PM eastern time on the deadline indicated in this announcement. b) If the vehicle quoted by an offeror does not include all of the options requested, NOTICE OF THE DEVIATIONS MUST BE PROMINENTLY SPECIFIED IN THE QUOTE. c) Offerors shall identify three sources (current or prior customers served within the last two years) to verify its ability to perform. For each source provide the name of the customer organization, point of contact name, telephone number and email address. d) Offerors shall complete the ?Offeror Representations and Certifications ? Commercial Items form found at FAR 52.213-3 and return it with its quote. e) Quotes that fail to submit the requested representations, certifications or vehicle specification information or reject the terms and conditions of this solicitation may be excluded from consideration. 8.0 ADMINISTRATIVE: Questions regarding this solicitation should be directed to Eugene Scott, Procurement Analyst, (202) 692-1634, email escott@peacecorps.gov. 9.0 APPLICABLE PROVISIONS AND CLAUSES: The following Provisions and Clauses are incorporated by reference and included in this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-3, Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders- Commercial Items. The checked clauses under FAR 52.212-5(a)(1) are: a) FAR 52.232-33 Payments By Electronic Funds Transfer- Central Contractor Registration), b) 52.204-7 Central Contractor Registration, c) 52.212-2 Evaluation- Commercial Items. FAR 52.247-42 C.i.f. Destination No additional FAR clauses apply. Although this contract is for the international shipment of goods, the Convention on the International Sale of Goods does not apply.
 
Place of Performance
Address: See solicitation detail
Country: NAMIBIA
 
Record
SN01270462-W 20070412/070410221614 (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.