Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOURCES SOUGHT

23 -- Extended Cab Pick-Up Trucks - 191NLE18NB003 RFI

Notice Date
1/11/2018
 
Notice Type
Sources Sought
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP), SA-4 Navy Hill, South Building, 2430 E Street, N.W., Washington, District of Columbia, 20037, United States
 
ZIP Code
20037
 
Solicitation Number
191NLE18NB003
 
Archive Date
1/31/2018
 
Point of Contact
Sergio E. Aleman-Soto, Phone: 2027369134
 
E-Mail Address
AlemanSotoSE@state.gov
(AlemanSotoSE@state.gov)
 
Small Business Set-Aside
N/A
 
Description
191NLE18NB003 RFI Extended Cab Pick-Up Trucks U.S. DEPARTMENT OF STATE Bureau of International Narcotics and Law Enforcement Affairs Office of Resource Management Grants, Acquisitions, and Procurement Policy Washington, D.C. REQUEST FOR INFORMATION (RFI) 191NLE18NB003 Extended Cab Pick-Up Trucks SECTION 1 GENERAL INFORMATION 1.1) This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements, and will help to inform best procurement practice and likely future Requests for Quotations (RFQ). 1.2) This document shall be used for planning purposes only, as outlined under FAR 52.215-3. This document is NOT a Request for Proposals (RFP) or a Request for Quotations (RFQ). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government, or participation in the activities described herein is strictly voluntary, and will be provided at no cost to the Government. 1.3) It is the intention of the government to identify companies able to provide Extended Cab Pick-Up Trucks under this RFI for a single award contract at a Firm-Fixed-Price. For the purposes of this RFI, the North American Industry Classification System (NAICS) Code 336111 - Automobile Manufacturing. 1.4) Notice of RFI Closing Date and Time Digital or paper responses to this RFI shall be submitted to: Sergio E. Aleman-Soto, no later than 05:00 PM (Washington, DC time) on Tuesday, January 16, 2018, via email at AlemanSotoSE@state.gov 1.5) Point of Contact(s): Sergio Aleman-Soto Contract Support Specialist AlemanSotoSE@state.gov 1.6) Contracting Office Address: U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs Office of Resource Management Grants, Acquisitions, and Procurement Policy Division (INL/RM/GAPP) 2401 E St. NW Rm. 910 - (SA-01 Columbia Plaza) Washington DC, 20037 SECTION 2 DECRIPTION OF REQUIREMENTS 2.1) This requirement will ultimately be solicited as a " Brand Name or Equal " requirement. All minimum specifications are meant to be informational and not restrictive to any one brand. If the minimum technical specifications/requirements are met or exceeded, as determined by a panel of Technical Evaluators, the products offered will be considered for award. 2.2) Table of Requirements Quantity: Ten (10) Description: Meet or exceed for each item described below: <col style="width: 179pt; mso-width-source: userset; mso-width-alt: 8740;" span="1" width="239"><col style="width: 323pt; mso-width-source: userset; mso-width-alt: 15725;" span="1" width="430"> Motor Type Diésel, EURO IV, 4 Cylinders, 16 valves DOHC + Variable geometry turbo. Displacement (liters / cc) 2,500 Horsepower 188 / 3.600 Torque kgm/rpm 45.9 (450) / 2.000 Injection system Direct Injectión System + Common Rail Gear System Manual Speeds 6 gears + Reverse Traction 4WD 4x4 Steering Rack-and-pinion with hidraulic assistance Front suspension Independent double wishbone; Helical Spring on Telescopic Shock Absorber and Stabilizer Bar Rear Suspension Rigid shaft with multiple supports, helical spring with telescopic shock absorber and stabilizer bar. Front brakes ABS System - Vented disc Rear brakes ABS System - Drum brakes Overall Lenght (mm) 5258 Overall Widht (mm) 1850 Overall Height (mm) 1860 Distance between axles (mm) 3150 Ground clearance (front) 255,2 Ground clearance (rear) 229,1 Cargo bed length (mm) 1503 Cargo bed width (mm) 1560 Cargo bed height (mm) 474 Overall Weight (kg) 2910 Max payload (kg) 1.030 Passengers seat 5 Fuel capacity (liters/gal) 21.1 (80) - Tank full at the moment of the delivery. Tires 255/70R16 - Steel Spare tire Steel 16" Bodywork (configuration) 4 doors-Crew cab, Regular cargo bed. Body Color Gray Front and rear bumber color as seen on the picture below Door handles Black Electronic system Electronic (direct ignition) - 12V Meters / Gauges (Analog) Speedometer - Tachometer - Fuel Level - Coolant Temp Oil Pressure - Volt Meter - Digital Odometer - Trip Odometer Dual Digital clock. Police Equipment A/C, Cargo bed liner (Rhino liner), Towing Package to include trailer tow harness (7 pin)....Towing hitch reciever (Class IV), Hitch Ball Mount rated for towing up to 5,000 lbs, Hitch Ball Class III up to 5,000 lbs, Tow Hook, LED explorer light bar, Fording Kit w/snorkel, Roll bar attached according to saftey specs, side and rear window tint (legal parameter) Basic Equipment 2 sets of ignition keys; Black or dark gray cloth seats, Radio AM/FM;12-volt power outlet inside the cabin and in cargo bed, Airbags two (2) or more, Inner lamp; Front/Rear seat active head restraints; Seatbelts: Front: 3-point height adjustable with pretensioners and load limiters, Rear: 3-point outboard and center positions; Basic tool kit: 7 wrenches of 3/8 to 1 inch or 8 mm to 19 mm; 6 slotted and phillips screwdrivers (different sizes); 1 6-inch pliers; First aid kit fully equipped with at least 14 items; 1 extinguisher fully charged and with a minimum expiration date of 1 year; 2 reflective safety triangles; 2 plastic blocks; 1 basic flashlight with batteries included; 1 set of jumper cables (110-amp); 1 bag for tool storaging; Tire changing kit (jack and lugwrench) See attached document 191NLE18NB003. THE VENDOR IS RESPONSIBLE FOR THE SET-UP, SHIPPING AND FINAL DELIVERY OF ALL ITEMS LISTED ABOVE. The items being acquired will be donated to the government of the ultimate destination, Colombia. Selected vendor shall have no more than 90 (ninety) days to deliver the full order after the award of the contract. The 90 days term will start with the Purchase Order delivery date. All items must be delivered to Colombian National Police, Carabineers Directorate (CNP-DICAR) (Policia Nacional de Colombia - Direccion de Carabineros (PNC-DICAR)). Below you can find shipping delivery address, and marking and packing guidelines. Vehicles purchased through this contract should be delivered to CNP/DICAR Headquarters with NO cost to INL or CNP-DICAR in Bogota. Vehicles must have all customs and legalization documents (invoice, import declaration, census certification, chassis and motor imprints.) Vehicles without mentioned documents shall not be accepted by INL or the CNP. DICAR will be responsible to handle the administrative details of and any payments related to local enrollment, paying for insurance, and obtaining license plates. The CNP assumes all costs for these processes. As soon as the contract is awarded, the contractor shall contact the INL Point of Contact to begin with the local enrollment, SOAT Insurance and plate's assignation procedure. The contractor upon notification shall replace any lost or damaged items during shipment, transport and arrival of the purchased elements. The contractor shall ensure that all items are prepared for safe shipment and transport and include all necessary approvals, required material data safety sheet, licenses, and paperwork. SHIPPING ADDRESS Dirección de Carabineros (DICAR) Avenida Boyaca # 142A - 55 Bogota-Colombia The supplier must provide necessary equipment and technical support in Colombia, and must provide the necessary training for communications personnel and technicians. The training provided shall prepare the technicians to adequately trouble shoot and resolve any situation or technical failure requiring trained technical personnel. Manuals to be provided shall address: the operator's preventive maintenance, corrective maintenance, and operations. One manual per unit / component delivered. All manuals shall be in Spanish and English languages. 2.3) Warranty All vehicles must have at a minimum a five (5) year locally supported general warranty or minimum 120,000 km starting the date of their arrival to CNP/DICAR Headquarters. This warranty must cover any repairs needed to correct defects in materials or workmanship of all parts and components of each new Nissan vehicle supplied by Nissan. Main parts as powertrain, engine, transmission, transaxle, drive train, electrical system, chassis and restraint system must be covered under this policy. Any sheet metal panel part supplied by Nissan found to have developed perforation (rust through) due to corrosion in normal conditions must be covered under this policy, regardless of mileage. If CNP-DICAR or INL receives a warranty claim for defects in materials, functioning, or workmanship, vehicle(s) will be sent, with no charge, to the nearest vendor's location nationwide to perform an evaluation, verify the status of the claim and to respond officially about the warranty claim. If at any time throughout the warranty period the vehicle(s) cannot be moved to a warranty support site/dealership, the contractor shall at no charge to CNP-DICAR or INL, address the warranty action. If at any time during the first 2 years or initial 50,000 km warranty period any of the vehicle's purchased through this contract is inoperative or presenting any safety or mechanical issue, towing service to the nearest authorized dealership shall be covered under this policy. Every warranty request and determination shall be agreed to and solved between CNP-DICAR and the contractor. Contractor shall consult with INL to establish the level of warranty response. If contractor's warranty department determines that the product has a defect covered under this warranty, contractor shall replace the product or the part at no cost to CNP-DICAR or INL. CNP-DICAR or INL shall not be responsible for transportation or additional charges incurred when a product or a part needs to be replaced under warranty policy. All replacement parts and any spare parts or accessories provided under this contract shall be certified new manufactures parts and accessories, no aftermarket or refurbished parts (new or used) shall be acceptable.. Note: Preventive Maintenance Policy - Preventive maintenance for the first 50,000 km for every vehicle shall be included in the contract without additional cost to INL Bogota or the Colombian National Police (CNP). Preventive maintenance shall include technical and certified maintenance support, original manufacturer spare parts, supplies, tools, accessories and all preventive maintenance shall be accomplished in full compliance with manufacturer recommendations. INL Bogota or CNP shall not incur in any cost related to preventive maintenance required throughout the warranty period. The preventive maintenance shall be available at the closest site to the vehicle's location and authorized only at a manufacturer authorized site. Vehicles shall not be transported to Bogota to fulfill this maintenance unless strictly necessary. To meet the aforementioned requirement the contractor shall offer a network of maintenance facilities throughout Colombia. Vehicles shall be operating in the vicinity of, but not limited to the following cities: - Baranquilla - Bogota - Caucasia - Cucuta - Villavicencio - Ibague - Medellin - Popayan - Riohacha - Pasto - Quibdo - Monteria - Sincelejo - Santa Marta - Tumaco Preventive maintenance shall include at a minimum the following : filters, oils and lubricants: brake pads, discs, air filters, fuel filters, oil filters, motor oil, grease, brake fluid, batteries, bulbs, fuses and in general any part part (s) or item (s) required to properly address required preventive maintenance. Additional parts may be required and shall be provided throughout the warranty period. Additionally preventive maintenance shall also include the following activities: Wheel rotation, alignment, and balance, fuel system cleaning, scheduled spare part (s) replacement or any other recurring activity recommended by the manufacturer. Contractor is responsible for any damage to the vehicle incurred due to improper or non-compliant preventive maintenance and or/scheduled maintenance performed by the contractor or contractor's sub-contractor. Note: Awarded Contractor must deliver to INL and CNP-DICAR a complete list of all nationwide authorized facilities that support this contract. In the event that awarded contractor does not have maintenance network in any city or department of Colombia, the Contractor shall provide/coordinate an alternate certified maintenance site with no cost to INL or CNP-DICAR. Offerors shall state their standard warranty they offer in their response to the RFI. If INL receives a warranty claim for defects in material or workmanship, the product(s) will be sent to the vendor's location to perform an evaluation, with no charge to INL, to verify the status of the claim and the product. If the warranty department of the vendor determines that the product has a defect covered under the warranty, vendor must replace. INL is not responsible for any transportation charges. Replacement products must be in new condition. INL does not accept used items or refurbished. 2.4) Delivery Delivery of items shall be completed within ninety (90) days after the receipt of the award. 2.5) INFORMATION TO CONTRACTORS: Contractors are reminded that information furnished under this Request for Information (RFI) may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business or that contain trade secrets or proprietary or personnel information must be clearly marked. Marking of items will not necessarily preclude disclosure when Department of State (DoS) determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed releasable. SECTION 3 CAPABILITY STATEMENT AND PAST PERFORMANCE 3.1) If the vendor is capable of providing the requirements described in this RFI, please provide a Capability Statement to Sergio E. Aleman-Soto via e-mail by the closing date outlined in Section 1.5, Notice of RFI Closing Date and Time. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives, and should not exceed five (5) pages in length. 3.2) When addressing question 3.2.8 below, please indicate the contract type and period of performance for similar items provided. At a minimum the following information is requested: 3.2.1) Company Information •a) Company Name •b) Address •c) Point of Contact •d) Telephone Number •e) E-mail address 3.2.2) GSA Schedule Number, if applicable 3.2.3) NAICS code(s) the company usually performs under 3.2.4) Commercial and Government Entity (CAGE) Code 3.2.5) Data Universal Numbering System (DUNS) Number 3.2.6) Business Size (i.e. Small Business, Other than Small) 3.2.7) Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.) (Mark with X the Socio-Economic Status of the Company) Small Business Women-Owned Small Business (WOSB) Eligible Under the Women-Owned Small Business Program HUBZONE Small Business Economically Disadvantaged Women-Owned Small Business (EDWOSB) Service-Disabled Veteran-Owned Small Business 8(a) 3.2.8) Description of your company's relevant experience and resource capabilities in performing this type of work. 3.3) In order to participate in the resulting RFQ and to be eligible for an award, the proposer must have (i) a current CAGE Code, (ii) a DUNS#, (iii) be registered to do business with the Government of the United States in the System For Award Management (SAM), and (iv) not be on the Excluded Parties List. Please do not provide generic capability statements as they shall add no value to this RFI. The Government is seeking specific information in conjunction with the specifications of this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/191NLE18NB003/listing.html)
 
Place of Performance
Address: Colombia, Colombia
 
Record
SN04788392-W 20180113/180111231722-7b4b6d89be98dbffcddde81dd806c2fe (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  © 1994-2020, Loren Data Corp.