Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOLICITATION NOTICE

23 -- Small Pick-Up Trucks

Notice Date
4/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
441110 — New Car 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
INL01104Q3003
 
Response Due
5/13/2005
 
Archive Date
7/30/2005
 
Description
This is a combined synopsis/solicitation, Solicitation INL01104Q3003, from which the Government intends to award firm, fixed price contracts for 150 small pick-up trucks delivered FOB Destination to Robertson Forwarding Co., Inc., Miami, FL for forwarding to the American Embassy Bogota, Colombia. Only new vehicles are acceptable. All vehicles must be U.S. manufactured. Offers must include information on past performance, to include recent government contracts and point of contact on contract. The price per vehicle must include FOB Destination (as defined in FAR 52.247-34) delivery to the Robertson Forwarding Co., Inc. in Miami, FL. Offers must state the standard warranty provisions (warranty must remain in effect at the final destination, Colombia). The offer must specify the year, make and model of offered vehicles, provide technical specifications to include list standard equipment for each make and model, provide the estimated number of days to deliver, and indicate the availability of final destination in-country (Colombia) certified vehicle servicing. Each vehicle must meet, at a minimum, the following requirements: ITEM NO. 0001, QUANTITY: 150, Small Pick-Up Truck, four wheel drive, four full-size doors that open in same direction on each side, diesel motor, minimum 5 speed manual transmission, manual windows, manual locks, 5-person seating capacity. The trucks will be used on unimproved, narrow roads approximately 6 feet in width. Trucks should have appropriate durability, clearance and compact dimensions to withstand use on narrow, unimproved roads, rough terrain and occasional off-road use. Trucks will transport up to 4 personnel in rear bed and should have adequate power and weight limits to accomodate carrying personnel and personnel equipment (up to 50 lbs each). Trucks must be maintainable in Colombia. Offers should be submitted by fax at (202) 776-8686 or email to RocksSM@state.gov by the deadline indicated in this announcement. Offers must include all information requested in this solicitation. DELIVERY TERMS AND CONDITIONS: Delivery will be made to Robertson Forwarding Co., Inc, 4469 NW 97th Avenue, Miami, FL 33178. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to OCONUS destination in Colombia without repacking or incurring damage during shipment and handling. EVALUATION AND AWARD: Award will be made based on best value to the government price and performance capability of proposed vehicles considered. The successful offeror must register in the U.S. Government?s Central Contractor Registration (CCR). The website to register is www.ccr.gov. Questions regarding this solicitation should be directed to Sonja Rocks, Contract Specialist, 202-776-8806; email: RocksSM@state.gov. This solicitation closes at 4:00 PM ET, May 16, 2005. 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 (complete blocks 17a, 19 - 24, 30 a - 30c) 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)
 
Place of Performance
Address: Miami, FL / Bogota Colombia
Country: USA
 
Record
SN00797292-W 20050430/050428211753 (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 |
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.