Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

23 -- Toyota Land Cruiser Station Wagon

Notice Date
1/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441110 — New Car Dealers
 
Contracting Office
African Development Foundation, Contracts Office, African Development Foundation, Washington, DC, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
ADF-09-HC-0001-Toyota
 
Response Due
1/16/2009 3:00:00 PM
 
Archive Date
1/31/2009
 
Point of Contact
Paul Robinson,, Phone: 2026733916, Lottie Plater,, Phone: 2026733916127
 
E-Mail Address
probinson@usadf.gov, lplater@usadf.gov
 
Small Business Set-Aside
N/A
 
Description
NOTICE INFORMATION Agency/Office Contract Office Location African Development Foundation, Washington, DC Title Vehicle Kampala Uganda Description(s): Solicitation #ADF-09-HC-001 Toyota: Vehicle for ADF/Uganda Rep. Office 1.0 DESCRIPTION This is a combined Solicitation for commercial items prepared in accordance with the format in the simplified acquisition procedures specified in FAR Part 13 and Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation: a written solicitation will not be issued. Solicitation number ADF-09-HC-0001 Toyota is issued as a request for quotations (RFQ). The African Development Foundation (ADF) a U.S. Government Corporation fostering grassroots participation development in Africa has an immediate need to purchase 1 (one) new Toyota Land Cruiser HZJ-GCMRS or equal. The Government intends to award a firm fixed-price purchase order. The NAICS code for this solicitation is 441110. The quote must (a) Specify the year, make and model of the offered vehicle: (b) Include all technical specifications of the vehicle to include the list of standard and optional equipment, the service availability and warranty provisions for the vehicle ; and (c) Provide the delivery date. 2.0 VEHICLE REQUIREMENTS. The vehicle must include at a minimum: 7 passenger seating ;Right -hand drive; 4-wheel drive; minimum 4 cylinder line diesel; 5 door,.heavy duty suspension; driver and front passenger airbags; seatbelts for all seating; double gas tank; side steps/running boards; air conditioning ;power steering; skid plate ; radio with SW reception capability; front and rear windshield wipers; tow hook;1 spare wheel; 1 set toolkit( to included spanner of all sizes and tools to change tires);fire extinguisher; first aid kit; Preferred features that follow are all requested if available. Six cylinder diesel engine; dual air conditioning ; power windows; power door locks; anti-lock brakes; cloth seats; bull rack; roof rack; radio with SW reception capability and compact disc player. Optional: Optional spare parts package to include: 4 oil filters, 4 fuel filters, 4 sets of fan belts, 2 sets front chock absorbers, 2 sets rear shock absorbers, 1 battery. ADF will review options in proposal based on need and cost to determine which options, if any, will be selected. Other requirements: name address, telephone number of authorized maintenance and repair service vendor in Kampala Uganda. Price must included shipping, insurance and preparation charges to delivery point Kampala Uganda 3.0 PLACE OF DELIVERY: Delivery to United States African Development Foundation Plot 26 Wampewo Ave. Bakwanye Huise Kampala, Uganda. The quote must include all shipping and preparation costs and must indicate the date the vehicle will be ready for delivery. Delivery must be no later than 60 days from date of award although earlier delivery will be favorably affect the Offeror evaluation. 4.0 INVOICING AND PAYMENT The Prompt payment Act applies to this purchase. Payment will be made within 30 calendar das after delivery and acceptance of the vehicle at the required destination. The original invoice shall be mailed to the African Development Foundation, Suite 1000 10th. Floor, 1400 Eye Street NW, Washington DC 20005-2248, attn: Yifa Amelework. A copy of the invoice shall be mailed to the consignee. 5.0 EVALUATION AND AWARD The Government will award a firm fixed price purchase order resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be sued to evaluate quote: a) Price b) compliance with required vehicle specifications c) delivery date d) Warranty considerations. The quote should include the price delivering the vehicle with all options assembled prior to ADF acceptance. The Government intends to make an award without discussions, but reserves the right to engage in discussions. 6.0 SOLICITATION RESPONSE FORMAT a) The quotation shall be in English. It shall be clearly marked with the solicitation number ADF-09-HC-0001 Toyota and submitted by e-mail to probinson@usadf.gov or fax at (202) 673-3810 by no later than 3:00PM Eastern Standard Time on January 16, 2009. Quotations must be in US dollars. b) Only quotes meeting or exceeding the Land Cruiser specification and optional items listed herein will be considered by the Government. If the vehicle quoted by an offeror does not include all of the options requested notice of the deviations must be prominently specified in the quote. c) Offerors shall complete the Offeror Representations and Certifications Commercial items form found at FAR 52.213-3 and return it with its quote. To download 52.212-3 Offeror Representations and Certification Commercial Items, go to http/www.arnet.gov/far. d) Quotes that fail to submit the requested representations and certifications or vehicle specification information, or that reject the terms and conditions of this solicitation may be excluded from consideration. 7.0 ADMINSTRATION Questions regarding this solicitation should be directed to Paul Robinson Contract Specialist, by telephone at 202-673-3916 Ext 123 or via e-mail at probinson@usadf.gov 8.0 APPLICABLE PROVISONS AND CLAUSES THE FOLLOWING Provisions and Clauses are incorporated by reference and included in this acquisition: 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 Contract Terms and Conditions required to implement Statues or Execute Orders -Commercial Items. FAR 52.247-34 F.O.B. Destination. The checked clauses under FAR 52-212-5(a) (1) are : a) 52.232-33/34 as applicable. Payment by Electronic funds Transfer-Central.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a61aaeee62c4ec250a516d47c00298d&tab=core&_cview=1)
 
Place of Performance
Address: Untied States African Development Foundation, Plot 26 Wampewo Ave, Kampala, Uganda
 
Record
SN01730980-W 20090114/090112215643-2a61aaeee62c4ec250a516d47c00298d (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.