SOURCES SOUGHT
23 -- Vehicle Purchase - 4x4 Pick-Up Trucks
- Notice Date
- 6/16/2008
- Notice Type
- Sources Sought
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- 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, District of Columbia, 20520
- ZIP Code
- 20520
- Solicitation Number
- INL-08-001-BOG
- Archive Date
- 7/15/2008
- Point of Contact
- Margaret A. Dickson,, Phone: 202-776-8318
- E-Mail Address
-
dicksonma@state.gov
- Small Business Set-Aside
- N/A
- Description
- The Department of State, Bureau for International Narcotics and Law Enforcement Affairs is seeking information from Offerors capable of fulfilling the requirements listed below for 4x4 trucks that will be used to support the missions of the US Embassy, Bogota, Colombia. REQUIREMENTS: The 4 x 4 trucks shall be designed to operate with high sulfur Diesel. Regular injection systems are designed for diesel with sulfur concentration values less than 50 ppm. However, the diesel available in Colombia contains up to 4,500 ppm of sulfur. Offeror shall guarantee the normal engine operation under these conditions. The materials used in the injectors shall be corrosion resistant. Proposed trucks shall be able to be maintained and sustained throughout Colombia, which means that parts and authorized dealers shall be easily accessible throughout the country. Offerors submitting proposals shall send a list of dealers in Colombia where the vehicles will be able to receive maintenance and where parts can be obtained. The proposed trucks shall be capable of being maneuvered on the narrow, tight streets prevalent in rural Colombian towns and over off-road paths. The trucks will also be used in harsh conditions such as Colombia's jungle regions. Offeror shall be responsible for handling vehicle registration, plating, and Colombia emissions certifications. Values and indictors of gas/diesel emissions shall be officially equivalent and fully comply with the standards required by Ministry of Environment (Colombia) according to Colombian laws. Offeror shall be responsible for the certificates, plating, and registering, and will receive no assistants from the US Embassy when preparing the vehicles for certification process. Offeror must be able to deliver vehicle with forty-five days of award. Vehicles shall contain: Engines and Power (ranges): Standard engine: 2.5 L – 3.0 L Turbo Diesel Horsepower:120 – 150 Torque (Pound/Feet)250 – 300 Valves:2-4 Displacement (cc):2500 – 3000 Transmission :4 Wheel Drive Drive:5-speed Manual Exterior Dimensions and Weight: Base Truck: Double Cab, 4 door, Pick-up truck style load bed with drop gate Overall Length: Not to exceed 5.25 meters Overall Width: Not to exceed 1.85 meters Wheel Base: Not to exceed 3.05 meters Height: Not to exceed 1.725 meters Seating Capacity: At least persons Curb Weight: Not to exceed 1875 kilograms Maximum Weight: At least 2650 kilograms Steering, Suspension and Brakes:Standard Anti-theft & Locks:Standard Braking and Traction:Standard Heating, Ventilation and AC:Standard Windows, Mirrors, and Wipers:Standard RESPONSES: All information received will be treated as public knowledge. Offerors should not submit proprietary information. Specific information being sought includes: Company information, including name, address, URL, revenue, and number of employees. Whether the company is a manufacturer or distributor. A point of contact for follow-up information, and the point of contact's phone number and email address. Product name and brief description of how the product meets or exceeds the requirements as outlined in this notice (one page or less) and product literature may be included. Cost information including unit price and extended price, inclusive of delivery and certification charges and General Services Administration (GSA) schedule information, if applicable. Names and points of contacts of other Government or commercial customers for whom the Offeror has preformed this or similar work for within the past two (2) years. Offeror must have an acceptable record of past performance. In order to receive an award you must be registered in the Central Contractor Registration database at www.ccr.gov unless an exception applies. DUNS number and statement that the Offeror has registered in CCR. Completed certifications (FAR 52.212.-3) that are included in the ORCA web site (https://orca.bpn.gov/). The submitted information will be evaluated for compliance with the mandatory technical features listed above and the required delivery time. Offerors may be contacted following submission for more detailed product information. This RFI is for information gathering and planning purposes and should not be construed as a Request for Proposal or solicitation of an offer. However, based on the received information, the government may issue a RFP for said product(s) and ultimately award to the Offeror whose proposal is the lowest price and technically acceptable. Lowest price will be considered the aggregate sum of the item prices to include delivery to Bogota and all required certifications. Email your questions to Margaret A. Dickson, Contracting Officer, at dicksonma@state.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7c4cc1c2e06f4a6876dfdb3aa9b1968&tab=core&_cview=1)
- Place of Performance
- Address: US Embassy Bogota, Colombia
- Record
- SN01594106-W 20080618/080616215644-e7c4cc1c2e06f4a6876dfdb3aa9b1968 (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 |