Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2007 FBO #2057
SOLICITATION NOTICE

23 -- Used Humvees - Peru

Notice Date
7/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-WHARC-07Q-0026
 
Response Due
7/26/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations, open only to U.S. small businesses, for used 1-1/4 ton trucks to be used by the Government of Peru pursuant to an agreement with the U.S. Department of State. 1.0. GENERAL REQUIREMENT: The U.S. Department of State has a requirement for the purchase of seven (7) used 1-1/4 ton trucks (Humvees) to be provided to Peru as part of the Global Peacekeeping Operations Initiative (GPOI). 2.0. DESCRIPTION. The Department needs high mobility, multipurpose vehicles for peacekeeping operations. The vehicles must have the capability to work in all types of terrain, including areas of difficult access and in all weather conditions. The trucks requested must be ?used?, military type cargo/troop carrier vehicles meeting the requirements below, as justified under FAR Parts 6 and 11 by a request from the Government of Peru. Quoters must demonstrate that the vehicles offered can withstand continuous use in hard terrains and difficult access areas. The resulting contract type shall be firm-fixed price. The price shall be FOB destination to Port of Miami, FL. (Note: It is possible that the location could change to Port Everglades near Ft. Lauderdale, FL, just north of Miami, but will be coordinated with the contractor prior to shipment.) The price shall include all shipping and other costs for delivery of the vehicles to Miami. They will then be transported by separate arrangement to Peru. The vehicles shall be insured by the Contractor until such time as the vehicles are received in Miami. The contractor is responsible for obtaining any necessary export licenses or related paperwork to enable shipment to Peru. 3.0. SPECIFICATIONS. The specifications below are approximate descriptions and dimensions which all quoters should meet or surpass. Provide the following quantities of vehicles described below. Vehicles should be military type for operational reasons. The vehicle must meet the following specifications: LINE ITEM 0001: 1-1/4 ton payload trucks, Quantity: 7 each. Vehicle Type: High Mobility Multipurpose Wheeled Vehicle (Humvee); 4-wheel drive; Engine: minimum 150 horsepower at 3,600 RPM, fuel injected diesel, compression ignition; Number of Doors-2; Transmission-3 Speed automatic; Transfer Case: 2 speed, locking, chain driven; Electrical system-24 volt, negative ground, 60 amps; Approximate Length: 15 ft.; Approximate Width: 7.08 feet; Approximate Weight: 5,200 lbs.; Fuel type: Diesel; Fuel Capacity: 25 gallons; Brakes: Hydraulic (4 wheel disc). Age/condition: may be used, but must be in sound working condition and reasonable physical appearance (no excessive wear and tear), including frame; may be refurbished, including engine, power train, etc.; however, vehicle must be as close to new condition as possible, including paint condition, seats, top, gauges, tires, etc.; preferably no more than approximately 40,000 miles on the odometer. LINE ITEM 0002: Two (2)-year spares package for line item 0001. 4.0. DELIVERY DATE: December 31, 2007. Quoters should provide a complete description of trucks quoted and what quantity can be delivered by the required delivery date. 5.0. QUOTATION MUST INCLUDE THE FOLLOWING: A. PRICE: Price quotation for the type and quantity described above, stating which make/model/year is being offered, including unit price and extended prices, inclusive of delivery charges. B. DESCRIPTION: Description of the truck being proposed and how the quoter meets or surpasses the technical and delivery requirements stated above (specifically, address all of the requirements listed above in part 3.0, above, point by point); product literature may be provided to supplement your quotation. C. REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed similar work in the past two (2) years. D) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. E) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below; be sure to include the information required by paragraph (c) regarding business size. 6.0. EVALUATION OF QUOTATIONS: The Government intends to award a purchase order to the lowest priced, technically acceptable, responsible quoter. The Government will determine acceptability by assessing the quoter's compliance with the terms of the Request for Quotations (RFQ). The Government will determine contractor responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including: adequate financial resources or the ability to obtain them; ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations. The criteria for evaluating the quotations received, in order of priority, are as follows: Factor 1. The Quoter has properly completed and submitted all sections of the solicitation. Factor 2. The Quoter has submitted technical information and other relevant documentation for the truck(s) offered to adequately support the following: The vehicle meets or exceeds the minimum specifications; The quoter must also have an acceptable record of past performance. The criteria above will be used to determine which quoters are considered to be technically acceptable in terms of meeting or exceeding specifications for the vehicles, meeting or exceeding required delivery times; and complying with all other terms and conditions of the solicitation. Factor 3. Price. Lowest price will be evaluated by the lowest overall price of the aggregate sum of the item prices to include delivery to Miami. The Government intends to award one purchase order but reserves the right to make multiple awards (using an evaluation factor of $500 administrative cost per additional award). 7.0. ADDITIONAL INFORMATION AND REQUIREMENTS. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-07-Q-0026 is issued as a RFQ. This is a solicitation document incorporating Federal Acquisition Regulation (FAR) clauses and provisions that are in effect through Federal Acquisition Circular 2005-17. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (dated SEP 2006) and 52.212-3, Offeror Representations and Certifications (dated March 2005) apply to this acquisition. The clauses at FAR 52.212-4, Contract Terms and Conditions (dated FEB 2007) and FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated MAR 2007) apply to this acquisition. Under FAR 52.212-5, paragraph (b), the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside (Alternate I); 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; In addition, FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. This is a small business set-aside acquisition using commercial item procedures in FAR Parts 12 and 13. The NAICS code is 333924 and the small business size standard is 750 employees. The FAR is available on the Internet at http:///www.acquisition.gov. See numbered note 1. QUOTATIONS ARE DUE by 3:00 p.m., July 26, 2007, local (Ft. Lauderdale) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0026. Send by mail to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail (preferred) to: lloydre@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006) paragraph (f).
 
Place of Performance
Address: U.S.
Zip Code: 33309
Country: UNITED STATES
 
Record
SN01341793-W 20070715/070713220803 (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.