Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

23 -- Purchase Vehicles for Guam

Notice Date
5/20/2008
 
Notice Type
Modification/Amendment
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
GB155917-1
 
Point of Contact
Gloria J Benson,, Phone: 612-336-3220
 
E-Mail Address
Gloria.J.Benson@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE PUROSE OF THIS AMENDMENT IS TO EXTEND THE CLOSING DATE OF THIS ANNOUNCEMENT TO MAY 28, 2008 AT 1:00 PM CENTRAL TIME. ALL OTHER INFORMATION REMAINS UNCHANGED. (i) 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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. (ii) The reference number is 155917GB and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the internet at http://www.arnet.gov/far and http://www.usda.gov/procurement /policy/agar.html. (iv) It is anticipated that a single award will be made but multiple awards will be considered. The associated NAICS code for this effort is 441110 and business size standard is $26.5. (v) REQUIREMENTS AND QUANTITIES : This requirement consists of 1(ONE) line item: Line Item 0001 – 2008, 2.5L 4 cylinder engine, 2 wheel drive American-made and manufactured light duty extra cab pick up trucks, qty: three (3) each. A list of contract line items (Price Schedule) is provided as Attachment 1 to this combined synopsis/solicitation. (vi) The product specifications for this requirement are as follows: Requirements: Warranty: Standard 2008 2 wheel drive, light duty extra cab pick up trucks 2.5L 4 cylinder engine Air conditioning AM/FM stereo with clock Automatic transmission Dealer installed plastic bed liner Key locked tailgate 15 inch steel rims Swing open extra cab doors 4 wheel Anti-lock brake system (ABS) 72 inch length cargo box Fold down bucket seats Forward facing rear seats 20 gallon fuel tank Color Preference: 1) white, 2) Silver/Light Gray, 3) Tan Fuel Type: Gas Parts and Repair Manual for each vehicle The Price quoted shall include all cost associated with this procurement including shipping to: USDA, APHIS, WS 233 Pangelinan Way Barrigada, GU 96913 (vii) Delivery and acceptance of deliverables will be FOB destination. (viii) The provisions at 52.212-1, Instructions to Offerors – Commercial Items, apply to this solicitation. (ix) The provisions at 52.212-2, Evaluation – Commercial Items, apply to this solicitation. The primary technical considerations for award of a purchase order will be the compliance with the mandatory technical features listed above and the required delivery time. The Government will award a contract resulting form this solicitation to the responsible firm with a quote that represents the best value using the Tradeoff approach defined at FAR 15.101-1, which permits tradeoffs among cost or price and non-cost factors, when combined, are significantly more important than price. The various non-price evaluation factors (1) technical capability and (2) past performance are significantly more important than price. (1) Technical capability is more important compared to (2) past performance. Total price will be the aggregate sum of the item prices to include delivery to Guam. QUOTATIONS MUST INCLUDE THE FOLLOWING: Price: Unit price and extended price, inclusive of delivery charges Description: Description of equipment being proposed and how it meets or exceeds the requirements stated above; product literature may be included References: Names and points of contacts of other Government or commercial customers for who the quoter has performed this or similar work for within the past two (2) years. Quoter must have an acceptable record of past performance. (x) The provisions at 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from http://www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov and referenced in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition. The following FAR clauses identified as paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52-203.6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52-219.8 Utilization of Small Business Concerns; 52-222-3, Convict Labor; 52-219.14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52-222.19, Child Labor – Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act—Supplies (June2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign purchases. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All questions concerning this RFQ must be submitted in writing and faxed to (612) 336-3554 or emailed to gloria.j.benson@aphis.usda.gov or alternate contact margie.thorson@aphisusda.gov. No telephonic response to this combined synopsis/solicitation will be accepted. Quotations are due at the USDA, APHIS-MRPBS-ASD Contracting Team, Butler Square West, 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 1:00 pm Central Time on May 22, 2008. Faxing or emailing quotes is acceptable. (xvi) The assigned Contracting Officer is Gloria Benson and Alternate Contact Ms Margie Thorson (612) 336-3209. Ms Benson can be reached at (612) 336-3220
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=003d6d71d3ac536b63858b26da4f20d9&tab=core&_cview=1)
 
Place of Performance
Address: USDA, APHIS, WS, 233 Pangelinan Way, BARRIGADA, Non-U.S., 96913, Guam
 
Record
SN01576831-W 20080522/080520221453-003d6d71d3ac536b63858b26da4f20d9 (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.