Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

23 -- HONDA ATV

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
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
11-412735
 
Point of Contact
Dina Olibah, Phone: 703-814-4830, Melissa Glasco, Phone: 703-814-4834
 
E-Mail Address
Dina.Olibah@ic.fbi.gov, melissa.glasco@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, melissa.glasco@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49, effective 24 January 2011. This requirement is restricted to small businesses only. All future information about this acquisition including solicitation amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 11-412735 and shall be referenced on all quotes. The FBI intends to procure four (4) Honda brand All Terrain Vehicles (ATV's). The FBI FPU/CJIS ATV patrol presently owns a sizeable investment in Honda ATVs and spare inventory and has spent a significant amount of money and time to become proficient in the maintenance and servicing of this equipment. Due to daily use of the ATV on rugged, mountainous terrain, the police units must be able to use the equipment immediately and efficiently. Moreover, to maintain compatibility among current inventory and provide the highest trade-in value, purchasing Honda equipment is in the best interest of the FBI and therefore the requirement for brand name HONDA ATVs. Line 1: BRAND NAME ONLY: (Qty 2) two 2011 Honda 500 Rubicon - any color. Line 2: BRAND NAME ONLY: (Qty 2) two 2011 Honda 680 Rincon - must be electronic (auto) shift. Any color. Interested vendors will be required to provide a trade-in value for existing equipment and it is preferred that vendors visit the customer site to view equipment and properly calculate value. Site visits will be conducted at own expense. Appointments to view the trade-in items can be made directly with Lt. Tim Henry: 304-625-3198/304-266-6351. Trade-in items are as listed: • 2008 Honda Rubicon 500cc, Green o 6435 miles, 655 hours • 2007 Honda Rubicon 500cc, Green o 4797 miles, 455 hours • 2007 Honda Rubicon 500cc, Green o 4624 miles,497 hours • 2009 Honda Rincon 680cc, Red o 4454 miles, 398 hours All interested vendors must also have the ability to provide routine maintenance and repairs at a location within a 50 mile radius of customer. Clarksburg, VA 26306 All items shall be delivered FOB destination 45 days ARO to Criminal Justice Information Services, 1000 Custer Hollow Road, Clarksburg, WV 26306 attn: Captain Robert J. Tomasik/FBI Police. Partial shipment is permitted; however, all shipments must be delivered on or before 45 days ARO. Inspection and acceptance will take place at the aforementioned address. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUNE 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JAN 2011) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (JUN 2010); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by February 14, 2011 at 10:00 AM EST. Questions shall be accepted via electronic mail only and shall be sent to both Dina.Olibah@ic.fbi.gov and melissa.glasco@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by February 24, 2011 at 10:00 AM EST. Quotes will be accepted via email to both Dina.Olibah@ic.fbi.gov and melissa.glasco@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 11-412735. For information regarding the combined synopsis/solicitation, please contact Dina Olibah at Dina.Olibah@ic.fbi.gov or Melissa Glasco at melissa.glasco@ic.fbi.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/11-412735 /listing.html)
 
Place of Performance
Address: Clarksburg, Virginia, United States
 
Record
SN02375434-W 20110210/110209060240-5ba1ac1d0b49bcf3bb13a3437fd29769 (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.