Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
MODIFICATION

23 -- Pickup Trucks and Sport Utility Vehicle

Notice Date
9/14/2007
 
Notice Type
Modification
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-07-0075
 
Response Due
9/21/2007
 
Archive Date
10/10/2007
 
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
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO ALLOW OFFERORS TO SUBMIT PROPOSALS FOR 2008 VEHICLE MODELS AND TO EXTEND THE DUE DATE FOR OFFERS TO SEPTEMBER 21, 2007 AT 2:00 PM CST. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED:**********************************************************************************Combined Synopsis/Solicitation for Three Pickup Trucks/One Sport Utility Vehicle (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. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 441110. The small business size standard is $26.5 million sales, or less. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Wildlife Services (WS), 1060 Army Drive, Suite 103C, Barrigada Heights, Guam 96921. (iv) The solicitation number for this effort is AG-6395-S-07-0075 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) 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/ (vi) REQUIREMENTS AND QUANTITIES: This requirement consists of three (3) line items: CLIN 01-Two (2) 2007 pickup trucks meeting the following specifications: a. Two-wheel drive, b. four-door, c. 6 cylinder, d. automatic transmission, e. 5 foot cargo bed, f. cloth interior, g. air conditioning; CLIN 02- One (1) 2007 pickup truck meeting the following specifications: a. four-wheel drive, b. four doors, c. 6 cylinder, d. automatic transmission, e. 5 foot cargo bed, f. cloth interior, g. air conditioning; CLIN 03 ?One (1) 2007 Sport Utility Vehicle meeting the following specifications: a. two-wheel drive, b. automatic transmission, c. four-door plus rear hatch, d. 6 cylinder, e. air conditioning?front and rear vents, f. rear cargo space ? minimum of 35? deep x 51? wide x 35? high. The Contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. (vii) In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. (viii) All vehicles must be delivered FOB Destination to USDA, APHIS, WS, 1060 Army Drive, Suit 103C, Barrigada Heights, Guam 96921 within two weeks of contract award. The offerors price must include shipping to the FOB destination. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability: includes availability of maintenance facilities in Guam; Past performance (send list of references with quote); and price. Technical and past performance, when combined, are approximately equal to price. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) 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 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act?Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 02:00 PM CST, September 17, 2007. Quotes may be sent via e-mail to larry.d.nelson@aphis.usda.gov, fax to 612-370-2106 or via mail to above address. (xvi) The point of contact for this solicitation is Larry Nelson who may be reached at larry.d.nelson@aphis.usda.gov , or phone at 612-336-3225. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLINS 01- 03 which provides the price per unit. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative addressing how the vehicles meet the requirements / specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: 1060 Army Drive, Suite 103C, Barrigada Heights, Guam
Zip Code: 96921
Country: UNITED STATES
 
Record
SN01406921-W 20070916/070915193313 (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.