SOLICITATION NOTICE
23 -- All Terrain Motorcycles
- Notice Date
- 11/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 441221
— Motorcycle Dealers
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
- ZIP Code
- 20520
- Solicitation Number
- INL0124402203
- Response Due
- 12/8/2004
- Archive Date
- 1/8/2005
- Description
- This is a combined synopsis/solicitation, Solicitation INL0124402203, from which the Government intends to award a firm, fixed price contract for 75 motorcycles FOB Destination Port-au-Prince, Haiti. Only new motorcycles are acceptable. Preference is given to U.S. manufactured motorcycles. Each motorcycle must include, at a minimum, the following specifications: all terrain motorcycle; on and off road capability; 5 speed sequential transmission; gasoline fuel; 4 stroke engine; minimum 200 cc engine displacement; sprocket drive; mechanical clutch; 12 volt electrical system; hydraulic/disc front brakes; disc or drum rear brakes; telescopic front suspension; monoshock absorber rear suspension; minimum 10 liter fuel tank capacity; 2 person seating capacity; standard all terrain tires; minimum 1 year or 10,000 km manufacturer warranty (warranty coverage must remain in effect in Haiti); one standard set of tools and accessories; one kit for carburetor calibration for altitude; 3 sets of parts manual; 3 sets of shop maintenance, service, and repair manual. Offeror must verify and indicate in offer the availability of maintenance providers in Haiti for the manufacturer, make and model of motorcycle offered. Offeror must provide cost of shipping information for delivery FOB Destination to Port Au Prince, Haiti. Offers must specify the year, make and model of offered motorcycles and provide technical specifications. Offers must indicate the availability of final destination in-country (Haiti) certified motorcycle servicing. The successful offeror must obtain all the necessary export licenses. The successful offeror must register in the U.S. Government?s Central Contractor Registration (CCR). The website to register is www.ccr.gov. Offers should be submitted to the attention of Sonja Rocks by fax at (202) 776-8686 or email to varricchionesm@state.gov by the deadline indicated in this announcement. APPLICABLE PROVISIONS AND CLAUSES: The following Provisions and Clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 (checked clauses under FAR 52.212-5(a)(1) are 52.203-6 and 52.225-13), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. No additional FAR clauses apply. Each offeror must complete and submit with the offer a signed and dated Standard Form 1449 Solicitation/Contract/Order for Commercial Items and the clause FAR 52.212-3. FAR clauses and SF 1449 are available online at http://www.arnet.gov/far/. The Addendum provision DOSAR 652.225-70, ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) applies to this procurement and is provided in full text below: 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) (a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (END OF PROVISION) DELIVERY TERMS AND CONDITIONS: Delivery will be made to Port Au Prince, Haiti. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to Haiti without repacking or incurring damage during shipment and handling. EVALUATION AND AWARD: Award will be made based on lowest priced, technically acceptable offer which meets all criteria specified herein. Questions regarding this solicitation should be directed to Sonja Varricchione, Contract Specialist, 202-776-8806; email: VarricchioneSM@state.gov. This solicitation closes at 1600 hours ET, December 8, 2004.
- Place of Performance
- Address: PORT AU PRINCE, HAITI
- Zip Code: 6110
- Country: HAITI
- Zip Code: 6110
- Record
- SN00712925-W 20041126/041124211734 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |