Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
MODIFICATION

23 -- HARD COVER BACK DOUBLE CABIN PICK UPS VEHICLES

Notice Date
5/17/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
DEPT OF STATE, WASHINGTON, DC 20521
 
ZIP Code
20521
 
Solicitation Number
SCM80017Q0012
 
Response Due
6/15/2017
 
Archive Date
12/12/2017
 
Point of Contact
Name: Frederick Arrey, Title: PURCHASING AGENT, Phone: 7038734355, Fax:
 
E-Mail Address
arreyfe2@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is SCM80017Q0012 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 441228 with a small business size standard of $32.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-06-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The U.S. Embassy Yaounde, Cameroon requires the following items, Meet or Exceed, to the following: LI 001: The US Embassy in Yaounde, Cameroon is seeking a qualified and experienced contractor to supply six (6) 2017 covered hard back pick-ups with below minimum characteristics: A. DESCRIPTION: Transmission: 5 speed, Manual. Brakes: Front: Disc, Rear: Disc Drive Type: 4x4 Tires Radial Front: 7.50R168-PRLT Rear: 7.50R168-PRLT. Steel Suspensions Front: Coil, Rear: Leaf Wheelbase LWB 3180 mm, Ground Clearance: 235 mm Weight Kerb Weight: 2260kg, Gross Vehicle Weight: 3200kg, Payload: 940kg Seats 6 Seater. Front: 1+2 Bench, Rear: 3 Forward facing Bench. Material: Vinyl Dimensions Length: 5245mm, Width: 1790mm, Height: 1960mm, Volume: 18.4m ³ all excluding accessories Colour: White Engine Model 1HZ - 4164cc, Diesel(Tank 130l), 6 cylinders, BHP: 129, KW: 96, Cooling (Water), electrics 12 Volts No of doors 4 Standard Features: Engine & Chassis 65 amp-hour battery (12v) 80 amp alternator (12v) Air Cleaner: cyclone with snorkel Brake control valve (Load Sensing Pressure Valve) Engine oil cooler integral Fuel sedimenter with fuel filter Full-floating rear axle High altitude compensator Power assisted steering Exterior Deck guard frame Exterior rear view mirrors Front stabiliser bar Front towing eye Green laminated windshield High/Low 2-speed windshield wipers (inc. mist) Lockable fuel cap Rear pintle hook Rear step bumper Semi-sealed halogen headlamps Side steps Spare wheel mounted behind the cabin, lockable Interior Air cleaner warning Assist grips Bottle Holder (Front) Brake fluid level warning Cigarette lighter Clock: digital Dash silencer (interior only) Door ajar warning Floor mats: rubber mat (FR+RR) Floor silencer (under front seat) Footrest Fuel gauge Fuel level warning light Headrests: front and rear (2+2) Heater: front Interior Lamp Interior rear view mirror (day and night) Odometer: digital Oil pressure warning light One touch 2-4WD selector Parking brake warning light Power door lock Pre-wiring for audio with 2 speakers and antenna Seat belts: front x 3 (2 x 3 point & 1 x 2 point) Seat belts: rear x 3 (2 x 3 point & 1 x 2 point) Speedometer km/h Steering column-Tilt & Telescopic & Collapsible Steering wheel lock Sun visors (D&P) Timing belt replacement warning light Trip Meter Vinyl floor covering Voltage meter warning light Water temperature gauge Miscellaneous Owner's manual - English & French Tool Kit & Jack Security & Safety Remote central door locking Factory Options Included In Price Airbags / Driver & Front passenger Air conditioning (non-CFC) ABS Brakes, 6, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Embassy Yaounde, Cameroon intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Embassy Yaounde, Cameroon is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a œBrand Name Only procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been œsubstantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered œsubstantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery is to U.S. Embassy Yaoundé (not custom cleared) Vehicle will arrive Port of Douala, the Embassy will clear customs and contractor will transport vehicle to Embassy compound located in Yaoundé.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/AF/Cameroon/SCM80017Q0012/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04512686-W 20170519/170517235945-49e50ed70b52279be29330c127c60a90 (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.