Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

23 -- Bolivia Vehicles

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441110 — New Car Dealers
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
 
ZIP Code
33309
 
Solicitation Number
SWHARC10Q0094
 
Archive Date
9/30/2010
 
Point of Contact
Robert E. Lloyd, Phone: 954-630-1146
 
E-Mail Address
lloydre@state.gov
(lloydre@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 (RFQ) for one pickup truck and one SUV to be driven by the U.S. Embassy, La Paz, Bolivia for the administration of law enforcement and anti-narcotics programs. 1.0. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in La Paz, Bolivia has a requirement for replacement of two existing vehicles. Vehicles required are to transport American Officers and FSN personnel to survey operations in the Yungas area and other remote locations or cities in Bolivia over paved or unpaved roads, and in some instances over paths or non-existent roads. 2.0. DESCRIPTION. NAS needs vehicles primarily for carrying out NAS programs in various parts of Bolivia. It is essential that adequate maintenance support for the vehicles is available at all times. Vehicles are required to operate on rugged, hilly, and sometimes unpaved terrain, and due to such hazards the need for readily available repair shops and spare parts is paramount. The resulting purchase order shall be firm-fixed price. The price shall be FOB destination to La Paz, Bolivia. The price shall include all shipping and other costs for delivery of the vehicles to La Paz, Bolivia. The vehicles shall be insured by the Contractor until such time as the vehicles are received by NAS. 3.0. SPECIFICATIONS. The specifications below are approximate descriptions and dimensions which all quoters should meet or surpass. Provide the following quantities and types of vehicles described below. The proposed vehicles must be new (not used or refurbished), able to be maintained locally in Bolivia at reasonable cost, and meet the following specifications: LINE ITEM 001: Pickup truck, Quantity: 1 each. Required features: VEHICLE TYPE AND TRACTION: Double cab, closed cab, 4x4 (4-wheel drive with high and low transference box), approx. 115-125" wheelbase; TRANSMISSION: Manual, minimum of 4 forward gears; clutch: hydraulic; FUEL TYPE: Gasoline; FUEL CAPACITY: minimum 90 liters; ENGINE: 4 -6 cylinders, min. 190 horsepower: BRAKES: Front brakes: disc; rear brakes: disc or drum; GROUND CLEARANCE: Minimum 8 inches; SUSPENSION: Front/rear suspension: rigid axle, with all terrain heavy-duty suspension in front and rear; AIR CONDITIONING: Yes; RADIO: Yes; DESIRED PAYLOAD: At least 1,000 kg (1 MT), in any combination of passengers and/or cargo; WINDOWS: Electrical; TIRES: 5, including spare, all-terrain type, with tire jack and accessories; SEATING: Driver and three passengers; seat belts: for driver and 3passengers; PARTS AND REPAIR MANUALS: Part and repair manual with tool box. LINE ITEM 002: All terrain Sport Utility Vehicle (SUV), Quantity: 1 each. Required features: VEHICLE TYPE: 4 X 4, long wheel base of 118 inches +/- 5%, with direct access (passengers can access the vehicle without folding a seat) through at least three doors; TRANSMISSION: Manual, with more than 4 forward gears; TRACTION: 4 wheel drive with high and low transference box; FUEL TYPE: Gasoline; ENGINE: Not less than 4500 cc and not less than 180 hp; STEERING: Hydraulic; AIR CONDITIONING: Yes; CLUTCH: Hydraulic; ELECTRICAL SYSTEM: 12 or 24 volt; FRONT BRAKES: ABS; REAR BRAKES: ABS; GROUND CLEARANCE: Minimum eight (8) inches; FRONT / REAR SUSPENSION: Rigid axle, with all terrain heavy-duty suspension in front and rear; FUEL CAPACITY: Minimum 90 liters; SEATS: Front, in vinyl with seat belts; rear, in any configuration that will seat at least 7 passengers; SEATING CAPACITY: At least 10 (including driver); DESIRED PAYLOAD: At least 1,000 kg (1 MT), in any combination of passengers and/or cargo; WINDOWS: Electrical; TIRES: 5 (including spare) - All-Terrain type; TOWING ACCESSORY: Able to accommodate trailer hitch with 2 5/16 inch ball socket; WARRANTY: Minimum 2 years or 100,000 kms; CAB TYPE: Closed cab design; INTERIOR HEIGHT: Minimum from floor of pickup bed to hardtop being 50 inches; TOOLS: 1 Set Jack and Accessories; Standard Winch (with capacity of at least 20% over standard weight of the vehicle); OTHER FEATURES: Front & rear floor mats; door locks; standard mirrors; caution plate triangle; interior lights; sun visors; rust proofing; parts and repair manual. 4.0. DELIVERY DATE: No later than September 30, 2010. 5.0. QUOTATION MUST INCLUDE THE FOLLOWING: A. PRICE: Price quotation for the type and quantity described above, stating which make/model/year is being offered, inclusive of delivery charges. B. DESCRIPTION: Description of the vehicles being proposed and how the quoter meets or surpasses the specifications and delivery requirements stated above; product literature may be provided to supplement the quotation. C. DELIVERY: State whether the vehicles are in stock for immediate delivery and if not, how they can be delivered by the required delivery date. D. DUNS AND CCR: Include DUNS number and statement that the quoter has registered in CCR, unless an exception applies; see below. E. CERTIFICATIONS: Completed certifications (FAR 52.212-3); see below. 6.0. EVALUATION OF QUOTATIONS: The Government intends to award a purchase order to the lowest priced, technically acceptable, responsible quoter. The Government will determine acceptability by assessing the quoter's compliance with the terms of the 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 responded to the solicitation. Factor 2. The Quoter has submitted technical information and other relevant documentation for the vehicles offered to adequately show that the vehicles quoted meet or exceed the minimum specifications and can be delivered on time; 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 time; and complying with all other terms and conditions of the solicitation. Factor 3. Price. Lowest price will be evaluated by the lowest overall price of the aggregate sum of the item prices to include delivery to La Paz, Bolivia. One award or two awards may be made, whichever is most advantageous to the U.S. Government. Evaluation of quotations will consider the cost of multiple awards, which is assumed to be $500 for making two awards. 7.0. ADDITIONAL INFORMATION AND REQUIREMENTS. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov or have an appropriate exemption. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-10-Q-0094 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 2005-44. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (dated JUN 2008) and 52.212-3, Offeror Representations and Certifications (dated AUG 2009) apply to this acquisition. The clauses at FAR 52.212-4, Contract Terms and Conditions (dated JUN 2010) and FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated JUL 2010) 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, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 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. The clause at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999)(DEVIATION) is applicable to this acquisition. This is a simplified acquisition using commercial item procedures in FAR Parts 12 and 13. The NAICS code is 441110 and the small business size standard is $29 million. The FAR is available on the Internet at http://www.acquisition.gov. QUOTATIONS ARE DUE by 11:00 a.m., August 5, 2010, local (Ft. Lauderdale, Florida, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-10-Q-0094. Mail to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail to: lloydre@state.gov. Complete quotations must be received by the date and time specified. Late quotations will be handled in accordance with FAR 52.212-1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC10Q0094/listing.html)
 
Place of Performance
Address: Vehicles are required in Bolivia, Bolivia
 
Record
SN02225953-W 20100804/100802235439-b3ebe4b90b22246fb80fd72413022d52 (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.