Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

23 -- PROCUREMENT OF CARRYALL FOR DECA

Notice Date
8/21/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40084-07-T-6058
 
Response Due
9/4/2007
 
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. The solicitation number N40084-07-T-6058, 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. A. ITEM 0001: Truck, Carryall (wagon type), 5 door, right hand drive, gasoline engine driven, 4X2, 8 passenger, windows all sides and dual type air conditioners. (a) Estimated Quantity: 1 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. MINIMUM DIMENSIONS (Metric/Inches). Overall Length: 4,800mm (189.0in), Overall Width: 1,790mm (70.5in), Overall Height: 1,920mm (75.6in), C. REQUIREMENT. (1) Exterior Color: The contractor shall submit samples/brochures of the available colors from which the Government may choose. Manufacturer's Burgundy Red is the preferred color. (2) Identification Markings and Registration Numbers: The contractor shall install locally manufactured license plate both front and rear of each vehicle, plates will be standard 6X12 inches. Both front and rear license plates are required. (3) Rustproofing and Undercoating: Manufacturer's standard. (4) Engine Displacement: 3,000 cc rated gasoline or more. (5) Transmission System: Automatic Transmission. (6) Brakes: Antilock brake systems (ABS). (7) AM/FM Radio/CD Player with speakers. (8) GPS navigation system (English Language Version) (9) Auto Slide Doors for both sides. (10) Window Glass: Tinted window glasses for rear and both sides of rear. (11) Seats: Rotational second row seat. (12) Back Sonar. (13) Tires/Wheels: Steel belted radial tires with aluminum wheels. (14) Seat Belts: Shall be installed on all passengers? seats and driver's seat. (15) Air Conditioner: Full auto type both front and rear (including rear heater system). (16) Floor Mats: Fabricated mats for front and rear interior to include rear cargo luggage soft tray. (17) Triangle Reflectors. (18) Side Visors: Shall be installed on side windows. (19) Warranty: Manufacturer's standard. (20) Technical Publications (In Japanese): One (1) set of operator manual for each vehicle(s). One (1) set of Technical (shop repair) manual and parts catalog to be furnished by Contractor at time of vehicle(s) delivery. (21) Accessories: Shall be the type installed on manufacturer's standard domestic production model. D. INTENDED USE: The U. S. Government in transporting personnel/cargo intends. The vehicle covered by these specifications for general administrative use. The vehicle 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. Deliver to the Hario Commissary (POC): Mr. John Spaur (252-8953). G. DELIVERY DATE: The vehicle shall be delivered at the delivery point specified above within 90 calendar days after date of contract award. H. SUBMITTALS: Contractor is required to submit catalogues or other information sufficient to describe the proposed vehicles and show that the proposed vehicles meet the Government's required specifications. I. INSPECTION AND ACCEPTANCE: Final inspection and acceptance of the vehicles furnished hereunder will be made on Standard Form 1449, block 32a through 32c, by the receiving officer or his authorized representative at the time and place of delivery as specified. J. WARRANTY COVERAGE: Warranty coverage shall be the manufacture's standard warranty. If the contractor receives from any supplier or subcontractor additional warranty coverage on the whole, or on any component of the vehicle in the form of time and / or mileage including any prorated arrangements, or the contractor generally extends to his commercial customers a greater for extended warranty coverage, the U.S. Government shall receive corresponding warranty benefits. Warranty coverage shall begin the date when U.S. Government accepts the vehicle at the point of designation. The contractor shall provide dealer?s name of firm, address, telephone number and point of contact for Sasebo Area for warranty work including the quotation. 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). 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 4 September 2007 at 1000 hours. All quotes and invoices shall be submitted to: Naval Facilities Engineering Command, Far East, Public Works Department, F.E.A.D. Sasebo, Acquisition Branch, 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.toyo.ctr.ja@fe.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 Facilities Engineering Command, Far East, Public Works Department, F.E.A.D. Sasebo, Acquisition Branch, PSC 476 BOX 66, FPO AP 96322-0066
Zip Code: 96322-0066
Country: JAPAN
 
Record
SN01380033-W 20070823/070822071221 (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.