Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

23 -- 2010 Freightliner Sprinter

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ410704
 
Archive Date
9/14/2010
 
Point of Contact
Garland Crosby, Phone: 202-324-9013
 
E-Mail Address
garland.crosby@ic.fbi.gov
(garland.crosby@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Investigation (FBI) is hereby issuing this 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; quotes are being requested and an additional written solicitation will not be issued. This notice, for the purchase of a 2010, 3500 Freightliner Sprinter Cargo Van is hereby issued as RFQ# LDQ003746.This combined synopsis and solicitation is a Firm-Fixed Price requirement that will be awarded to the dealership(s) offering the lowest price, technically acceptable vehicle with past performance, delivery / setup fees, and other factors considered. The NAICS code for this acquisition is 441110 with a small business size standard of $29,000,000. This synopsis and solicitation is supplemented by the following mandatory minimum requirements for the required vehicle: a high ceiling roof; power door locks operated via remote; maximum payload of 4800 lbs or more; interior height of 76 inches or more; cargo volume of 545 cubic feet or more; cargo bed length of 185 inches; diesel engine; brake assistance; ASC traction control; 4 wheel anti-lock brakes; electronic brake force distribution; driver and passenger side sliding van door; Cargo Package; Reverse Warning System; rear swing-out van doors; 270 degree opening rear load doors; 220amp alternator; 100 amp/hr battery; turbo-charger; SCR diesel emissions control system; roadside assistance warranty for 36000 miles /36 months; AM/FM radio; front and rear mudguards; automatic climate control; interior load light; driver and passenger side airbags; keyless entry operated via key fob; cloth seats; tilt steering column; cargo area tie-downs; front overhead and lower console storage; front stabilizer bar; manually interactive automatic transmission; SBRLT215/85R16 all season tires. Standard Factory warranties are requested for this vehicle and must be included in the price offered. Acceptable vehicle colors include black, dark blue, and white. All interested parties, that are willing and able to satisfy this requirement with a vehicle delivery on or before September 7, 2010, must submit a Firm Fixed Price quote along with vehicle specs offered, by 2:00 PM Eastern Standard Time [United States] on August 30, 2010. All quotes must include, the numerical price offered [including any miscellaneous and registration expenses], all warranty information available, vehicle mileage and a completed and signed SF-1449 form [which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=E331497A1FE0AE1F85256A260055A47B]. These offers shall be E-Mailed to the Government Contracting Officer [ONLY] at on or before the time and date specified above. If shipping is required, the dealership shall deliver the purchased vehicle to zip code 22135. The Government holds the right to pickup the vehicle if this is a more viable and desirable option. This synopsis and solicitation document along with all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The following FAR clauses are incorporated by reference and apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items. (JUN 2008); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010), Each offeror shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representation and Certifications (AUG 2009) with its offer. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items (JAN 1999). The following factors shall be used to evaluate offers: Technical ability to meet the requirement; The Price offered for the vehicle; The past performance, shipping and delivery costs, all in descending order of importance. This is a 100% Small Business Set-Aside. Offeror MUST be registered in accordance with FAR clause 52.204-7 Central Contractor Registry (APR 2008) in order to qualify for contract award. This acquisition is being conducted by Garland Crosby, Contracting Officer, FBI headquarters, 935 Pennsylvania Avenue NW. Washington DC 20535, Room 10254.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ410704/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN02245289-W 20100820/100818235418-f23f95c0910fe62281f92357e9579e11 (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.