Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2001 PSA #2985
SOLICITATIONS

23 -- LEASE OF ALTERNATIVE FUELED VEHICLES, SIMILAR TO DODGE GRAND CARAVANS

Notice Date
November 23, 2001
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, SA-6, 2nd Floor P.O. Box 9115, Rosslyn Station, Arlington, VA, 22219
ZIP Code
22219
Solicitation Number
S-LMAQM-02-Q-0003
Response Due
November 30, 2001
Point of Contact
Marsha Feldman, Contract Specialist, Phone 7038756296, Fax 7038755272, Email feldmanmg@state.gov -- Michael Larson, Contract Specialist, Phone 7038756672, Fax 7038756006, Email larsonms@state.gov
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. The solicitation number is S-LMAQM-02-Q-0003 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 97-26. This action is unrestricted with regard to business size. The NAICS code is 532112. FOB Destination shall be Washington DC. We anticipate award for this purchase order to be on or before November 30, 2001 with a 12-month period of performance to follow. The government plans to award a purchase order resulting from this solicitation to the responsible, technically acceptable offeror whose proposal represents the lowest price to the government. Vehicles are to be delivered within 30 days of award or purchase order. The U.S. Department of State, Fleet Management Division, (A/OPR/GSM/FMO) has a need to lease six vehicles, similar to 2002 Dodge Caravans, Grand Sport Alternative Fueled Vehicles. Contract Line Item CLIN 001will include the following specifications for these vehicles: Meet 50 state emissions regulations, with 3.3L (201) SMPI flex-fuel V6 engine (std), 4-speed automatic transmission w/od (std), powertrain-inc. 3.3L flex-fuel V6 engine, 4-speed automatic transmission; 160-amp alternator, tri-zone front/rear air conditioner, rear heater, air filter, sunscreen tinted glass, overhead console, headlamp off time delay, illum entry, keyless remote entry, overhead ashtray/cupholder/ignition time delay/glove box lighting, illum visor vanity mirror; P215/70R15 All season SBR BSW tires (std), full-size spare tire; 7-passenger seating-incl: front bucket seats, 2nd row intermediate deluxe bench seat, 3rd row 3-passenger deluxe bench seat (std); cloth low-back seat trim (std); monotone paint (std); Climate Group incl-tri-zone front/rear air conditioner, rear heater, air filter, 160-amp alternator, sunscreen tinted glass, passenger side power sliding door (req Power Liftgate, front license plate bracket, keyless remote entry; Standard equipment to include: MECHANICAL ? 3.3L (201) SMPI flex-fuel V6 engine, 4-speed automatice transmission w/OD, brake/shift interlock, front wheel drive, 500-CCA maintenance free battery, 140-amp alternator, fully independent MacPherson strut front suspension w/coil springs, monoleaf spring rear suspension w/rigid beam axle, front stabilizer bar, P215/70R15 all-season SBR BSW tires, 15? steel wheels w/covers, power rack & pinion steering, power front disc/rear drum brakes, 4-wheel anti-lock brakes, 20 gallon fuel tank w/ tethered cap. EXTERIOR ? front/rear bumpers, rear fascia scuff pad, accent-color body-side moldings, dual fold away heated power mirrors, tinted glass, variable intermittent front windshield wipers, windshield wiper de-icer, intermittent rear window wiper/washer, driver-side sliding door, passenger-side sliding door-incl fixed glass, hood insulation. INTERIOR ? cloth low-back front bucket seats, 2nd row intermediate deluxe bench seat, 3rd row deluxe 3-passenger bench seat, easy-out roller seating, center console-incl storage bin, front/rear floor mats, tilt steering column, power front door windows w/driver-side one-touch down, power rear quarter vent windows, power door locks, instrument panel-incl tachometer, speed control, front air conditioning, rear window defroster, electronic AM/FM radio w/cassette-incl 6 speakers, lockable underseat storage drawer, front/rear auxiliary power outlets, dual visor vanity mirrors, cargo compartment/liftgate flood lights, front dome lamp, front courtesy/map lights, front seat cargo net, rear seatback grocery bag hooks; FUEL ECONOMY ratings ? City 18/hwy 24 (3.3L FFV engine/4-speed auto trans); SAFETY ? 4-wheel anti-lock brakes, driver & front passenger airbags, 3-point seat belts for all outboard seating positions, child seat upper tether anchors, brake/shift interlock, steel door beam side-impact protection. POWERTRAIN-BASIC SPECIFICATIONS: 1) Engine ? FFV/V6, Displacement 3.3l/201 CID, Fuel System SMPI, SAE Net Horsepower @ RPM 180@5200, SAE Net Torque (lb ft) @ RPM 210@4000. 2) Transmission ? DGL, 4-speed automatic w/OD electronic/front wheel drive. 3) Mileage ? 18 mpg city/24 mgp hwy, cruising range 360 miles city, 480 miles highway. FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. =20 All offerors MUST include a completed copy of FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. FAR 52.212-4 Contract Terms and Conditions?Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions?Commercial Items, 52.215-11 Price Reduction for Defective Cost or Pricing Data?Modifications, 52.215-13 Subcontractor Cost or Pricing Data?Modifications. The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.233-35. As proscribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a clause may be accessed electronically at http://www.arnet.gov/far. In addition, offerors must certify that they: (a) do not comply with the Arab league boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70)=20 All offers are due by 3:00 p.m. Eastern Daylight time on November 30, 2001. Responses should be marked with the solicitation number and addressed to Marsha Feldman, US Department of State, Office of Acquisitions, P.O. Box 9115, Rosslyn Station, Arlington, VA 22219. Responses may be faxed to Ms. Feldman at (703) 875-5272. Questions may be e-mailed to Feldmanmg@state.gov. All responsible sources may submit a proposal, which shall be considered.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/S-LMAQM-02-Q-0003/li sting.html)
Record
Loren Data Corp. 20011127/23SOL001.HTM (D-327 SN5136D9)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on November 23, 2001 by Loren Data Corp. -- info@ld.com