Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
MODIFICATION

23 -- Trucks

Notice Date
7/20/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
20520
 
Solicitation Number
0124-602009
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Point of Contact
Brian Schoellkopf, Contract Specialist, Phone 202-776-8588, Fax 202-776-8686,
 
E-Mail Address
SchoellkopfBJ@state.gov
 
Description
This is a Request for Quote (RFQ), no. 0124-602009. The Government intends to award a firm, fixed price purchase order for (30) 4x4 American-made Trucks (see below description). The Department of State intends to purchase (30) 4x4 American-made trucks-. The trucks should have both on and off road capability to support Haitian Police throughout Haiti. Some areas cannot be reached in a timely manner by standard vehicles. Large Full-Size 4x4 trucks are not appropriate for Haiti?s road conditions. A request for (30) downsized 4x4 Trucks generally fitting the below described specifications is herby submitted for consideration. There will be NO consideration given to Large Full-Size 4x4 Truck proposals. Trucks Specifications: 2007 Trucks 4X4 Double Cab Diesel Engine: 2.9L Diesel Displacement: 2900cc Transmission: 5- Speed manual Fuel System: Mechanical Injection Bore Stroke: 95x102mm Max Torque 20.4 kgm/2500 rpm Max Power: 102 PS/ 4000rpm Limited Slip Differential Front Brakes: Disc, Rear Brakes: Drum with LSPV Turning Radius: 4,500 mm Seating Capacity: 5 Air Conditioner Colors: Mixture of White and silver Item Minimum Requirements VEHICLE TYPE 4 X 4, Pickup, Super Cab 5 passenger, 4 Door, Standard bed length TRANSMISSION Manual, with more than 5 or more gears TRACTION 4 wheel drive with high and low transference box FUEL TYPE Diesel ENGINE V6 ? not less than 140 HP Item Minimum Requirements STEERING Hydraulic AIR CONDITIONING Yes CLUTCH Hydraulic ELECTRICAL SYSTEM 12 or 24 volt FRONT BRAKES Disc REAR BRAKES Disc or drum Item Minimum Requirements GROUND CLEARANCE Minimum eight (8) inches FRONT / REAR SUSPENSION Rigid axle, with all terrain heavy-duty suspension in front and rear FUEL CAPACITY Standard Fuel Tank Size- Standard SEATS 2 Bench Type with seat belts for not less than 5 passengers. SEATING CAPACITY Not less than 5 Passengers Item Minimum Requirements DESIRED PAYLOAD Not less than 1250 Lb payload capacity WINDOWS Manual TIRES 5 (including full size spare) ? All-Terrain type TOWING ACCESSORY Able to accommodate trailer hitch with 2 5/16 inch ball socket PARTS AND REPAIR MANUALS 3 sets per model Item Minimum Requirements WARRANTY Standard CAB TYPE Closed cab design INTERIOR HEIGHT Standard TOOLS If Standard Option OTHER FEATURES Front & rear floor mats; door locks; standard mirrors; caution plate triangle; interior lights; sun visors; rust proofing; parts and repair manuals: 3 sets. Offerors shall state the standard warranty they offer in their response to the RFQ. FAR Clause 52.225-1, Buy American Act ? Supplies (JUN 2003) (41 U.S.C. 10a ? 10d) applies. Delivery to U.S. Despatch Agent, 7789 NW 48th St. Bldg H, Suite 250, Miami, Florida 33166; telephone 305-640-4574, fax 305-715,3502. The contractor will be required to coordinate delivery with the freight forwarder. Note: POC: Elizabeth Pratt . Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment to Haiti without repacking or incurring damage during shipment and handling. Prices should be FOB destination Miami. Award will be made based on lowest priced, technically acceptable. Point of Contact is Brian Schoellkopf, Contract Specialist, 202-776-8588; email: SchoellkopfBJ@state.gov. This RFQ closes at 1600 hours ET, 03 August 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/State/INL/INL-RM-MS/0124-602009/listing.html)
 
Place of Performance
Address: 2430 E St NW Washington, DC
Zip Code: 20520
Country: UNITED STATES
 
Record
SN01348737-F 20070722/070720232141 (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.