Loren Data Corp.

'

  
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