COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 Virginia Contracting Activity, P.O. Box 46563, Washington, D.C.
20050-6563 23 -- MOTOR VEHICLES WHOLESALE SOL MDA908-00-R-0031 DUE 080200 POC
Judith E. Casteel, (703) 907-0700 (i) 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. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. (ii) This SOLICITATION NUMBER
MDA908-00-R-0031 is issued as a request for proposal (RFP). (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through FEDERAL ACQUISITION CIRCULAR #97-16. (iv) This
solicitation is not a small business set-aside (v) A list of CONTRACT
LINE ITEM NUMBER(S) and items are: CLIN 0001: Nine model year 2000
all-new 4WD 1500 Suburbans with the follow options: Equipment Group
1SB; Premium Ride Suspension; Skid Plate Package; Locking Differential;
Custom Cloth Reclining Bucket Seats Driver and Front Passenger Power
Seat; AM/FM Stereo ETR w/S&S, and Cassette; Wheel Flares; Assist Steps;
Fog Lamps. NOTE: The contractor shall submit a vehicle spec sheet
listing all included standard features and the optional items listed
above. The Government requires light neutral colors only. Also, the
Government will not consider a proposal of a vehicle with a sun roof.
The Government must have cargo-type rear doors and will not consider
"lift gate" type doors. (vi) Description of requirements for the items
to be acquired. The Government requires nine Suburban vehicles for
immediate delivery at time of award. All vehicles delivered hereunder
shall be in mint condition free of dust, dirt, scratches, dents,
fingerprints, abrasions, and stains. All vehicles shall have all fluids
and a quarter tank of gas at delivery. TRADE IN: The Government has two
vehicles it will trade in at the time of sale. The contractor shall
list in its proposal the appropriate discount based on the trade-in
value of these vehicles. If no trade-in discount is offered, please
state. The description follows: Vehicle One: 1995 Chevy Suburban, VIN:
1GNFK16K1SJ347232, 89,631 miles, Optional items: V-8, 4WD, Air
Conditioned, Power Windows, Power Seats and AM/FM Radio. Vehicle Two:
1995 Chevy Suburban, VIN: 1GNFK16K9SJ349732, 77,880 miles, Optional
items: V-8, 4WD, Air Conditioned, Power Windows, Power Seats and AM/FM
Radio. (vii) Date(s) and place(s) of delivery and acceptance and FOB
point. The contractor shall provide on an FOB origin basis. The
Government shall pick up the vehicles at the contractor's facility.
Vehicles shall have all fluids and a quarter tank of gas at delivery.
(viii) FAR 52.212-1 Instructions to Offerors, Commercial, is
incorporated by reference and applies to this acquisition. (ix) FAR
52.212-2, Evaluation, Commercial Items (OCT 1995) is incorporated by
reference and applies to this acquisition. ADDENDUM 52.212-2 Para(a).
Award will be based on best value. The following factors shall be used
to evaluate offers: technical capability, price and past performance.
Technical capability and past performance are more important than
price. The ability to meet the immediate delivery schedule with the
number of vehicles as specified is of paramount importance. The
Government reserves the right to split award if it is in the best
interest of the Government to do so. (x) Offerors shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications, Commercial Items (OCT 1995) with
its offer. Available on-line at www.deskbook.osd.mil. (xi) FAR
52.212-4, Contract Terms and Conditions, Commercial Items (OCT 1995) is
incorporated by reference and applies to this acquisition and resulting
contract. Contract Type: The resulting contract will be firm, fixed
price (FFP). (xii) FAR 52.212-5 Contract Terms and Conditions Required
to Implement Statutes (OCT 1995) is incorporated in this contract by
reference, however, for paragraph (b) only the following provisions
apply to this acquisition: 52.212-5(b): 52.203-6, Restrictions on
Subcontractor Sales to the Government with Alternate I (OCT
1995),52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity, 52.219-14, Limitation on Subcontracting, 52.222-26, Equal
Opportunity, 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped
Workers, 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.239-1, Privacy or Security Safeguards
252.204-7004, Required Central Contractor Registration (Mar 1998)
(xiii) Additional Requirements. Warranty: The contractor shall extend
to the Government full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranties
are available at no additional cost to the Government. Acceptance of
the standard commercial warranty does not waive the Government's rights
under the "Inspection" clause nor does it limit the Government's rights
with regard to the other terms and conditions of this contract. In the
event of a conflict, the terms and conditions of the contract shall
take precedence over the standard commercial warranty. The standard
commercial warranty period shall begin upon final acceptance of the
applicable material and/or services listed in the schedule. (xiv) DPAS
rating: N/A. (xv) CBD numbered notes: N/A. (xvi) Proposals are due by
3:00 pm, EST, 2 Aug 00. Proposals are to be submitted to the Virginia
Contracting Activity, ATTN: DHR-DAP, room 1129 (Judith E. Casteel),
3100 Clarendon, Virginia, 22201-5300. Offerors shall provide names,
addresses and phone numbers of 3 customers, either Government or
commercial, that have received the contractor's services during the
past 2 years. Offerors must acquaint themselves with the regulations
concerning Commercial Item acquisition contained at FAR Subpart 12 and
must ensure that all Representations and Certifications are executed
and returned as required in this synopsis/solicitation. (xvii) Names
and telephone number of individual to contact for information regarding
the solicitation: Judith E. Casteel, contract specialist, (703)
907-0700; Denise Wood, contracting officer, (202) 231-2678; fax (703)
907-1942. If problems are encountered, use fax (202) 231-2831 and
notify Ms Casteel the alternate fax has been used. Due to the urgency
of this requirement, fax submittals are acceptable. Posted 07/24/00
(W-SN478026). (0206) Loren Data Corp. http://www.ld.com (SYN# 0452 20000727\23-0002.SOL)
| 23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|