MODIFICATION
23 -- 4 x 4 and 2 x 4 Pickup Trucks
- Notice Date
- 12/23/2004
- Notice Type
- Modification
- NAICS
- 441110
— New Car Dealers
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
- ZIP Code
- 55403
- Solicitation Number
- 013-M-APHIS-05
- Response Due
- 12/27/2004
- Archive Date
- 1/11/2005
- Point of Contact
- Larry Nelson, Contracting Officer, Phone 612-336-3225, Fax 612-370-2106, - Larry Nelson, Contracting Officer, Phone 612-336-3225, Fax 612-370-2106,
- E-Mail Address
-
Larry.D.Nelson@aphis.usda.gov, Larry.D.Nelson@aphis.usda.gov
- Description
- The purpose of this amendment is to replace the original Request for Quote with the following:(i) (i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is 013-M-APHIS-05 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This requirement consists of one (1) line item: ITEM #1: ten (10) 4 x 4 Midsize Pickup Trucks for use in Tijuana, Mexico. Compact pickups will be considered only if there are not a sufficient number of compact pickup trucks available. (v) The product to be provided under this contract will consist of the following: 4 x 4 midsize pickup, club/extended cab, V-6 engine, automatic transmission, air conditioning, power steering, power brakes, power locks, and power windows. Preference is for club/extended cab, however, if there are not a sufficient number of club/extended cabs available we will consider quad/crew cabs. Each quote at a minimum must meet the technical specifications in order to be technically acceptable. (vi) Deliverables and acceptance of deliverables will be FOB destination, San Diego, California. The estimated completion date for this requirement is January 3, 2005. (vii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. (viii) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Trade Off). The Government intends to award one or more contracts to the responsible bidder(s) whose quote(s) conform(s) to the combined synopsis/solicitation and are most advantageous to the Government, price and other factors considered. The Government intends to award contracts to the responsible bidder(s) that offer(s) the best value quote. The Government may award separate contracts if it is most advantageous to the Government and if one bidder(s) is not able to provide all the requested vehicles that conform to the combined synopsis/solicitation. The Government intends to make its award decisions without discussions. Therefore, each bidder(s) is encouraged to provide the Government with all of the information necessary to evaluate their proposal. Bidder(s) that fail to submit all the information necessary to evaluate their quotes with their initial quote bear the risk that their quote will be rejected without discussions. The following factors shall be used to evaluate offers: drive train, engine size, cab size, cabin amenities, safety features, and warranty. Non-price related factors, ie delivery time, are significantly more important than price. Technical capabilities are significantly more important than price. Additional guidance on price is provided under provision 52.212-1 section (g). (ix) The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items apply to this solicitation. The contractor shall return a completed copy of these provisions with it?s quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (x) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 52.222-26 Equal Opportunity, 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-5, Trade Agreements; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Addenda: The clause 52.204-7, Central Contractor Registration applied to this solicitation. The provisions at 52.204-6, Data Universal Numbering System (DUNS) Number apply to this solicitation. (xii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 at 03:30 PM CST, December 27, 2004. Faxed or emailed quotes are acceptable. (xiii) The assigned Specialist is Ms. Corinne Nygren. Ms. Nygren may be reached at corinne.m.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award.
- Place of Performance
- Address: United States Department of Agriculture, Calle Eusebio Quino Este, Lote 1, Manzana 9,, Fracc. Garita de Otay, Tijuana BC
- Zip Code: 87000
- Country: Mexico
- Zip Code: 87000
- Record
- SN00725758-W 20041225/041223211806 (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 |