SOLICITATION NOTICE
23 -- IDIQ for 4x4 Pickup Trucks (Bogota)
- Notice Date
- 9/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building, SA-4 Navy Hill, Washington, District of Columbia, 20520
- ZIP Code
- 20520
- Solicitation Number
- INL-08-130-BOG
- Archive Date
- 10/9/2008
- Point of Contact
- Margaret A. Dickson,,
- E-Mail Address
-
dicksonma@state.gov
- Small Business Set-Aside
- N/A
- Description
- The Department of State, Bureau for International Narcotics and Law Enforcement Affairs is issuing this Request for Quote (RFQ) to locate an Offeror capable of fulfilling the requirements listed below for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract in support of the missions of the US Embassy, Bogota, Colombia. The IDIQ shall be a minimum of $100,000.00 to a maximum of $5,000,000.00 for 4x4 pickup trucks. See below for the detailed requirements. REQUIREMENTS: 4 x 4 trucks shall be designed to operate with high sulfur Diesel. Regular injection systems are designed for diesel with sulfur concentration values less than 50 ppm. However, the diesel available in Colombia contains up to 4,500 ppm of sulfur. Offeror shall guarantee the normal engine operation under these conditions. The materials used in the injectors shall be corrosion resistant. Trucks proposed shall be able to be maintained throughout Colombia. This means that parts and authorized dealers shall be easily accessible throughout Colombia, since these vehicles will be used in Colombia's jungle regions and in harsh conditions. Offerors submitting proposals shall send a list of dealers in Colombia where the vehicles will be able to receive maintenance and where parts can be obtained. Offeror shall be responsible for handling vehicle registration, customs duties, and Colombia emissions certifications. Values and indictors of gas/diesel emissions shall be officially equivalent and fully comply with the standards required by Ministry of Environment (Colombia), and according to Colombian laws. Offeror shall be responsible for paying all costs of certificates, plating, and registering, and will receive no assistance from the US Embassy when certifying the vehicles for certification process. Dealer will also pay one year of SOAT (obligatory) Insurance. DESCRIPTION: Engines and Power (ranges): •Standard engine: 2.5 L – 3.0 L Turbo Diesel •Horsepower:120 hp Minimum •Torque (Pound/Feet)250 – 300 •Valves:2-4 •Displacement (cc):2500 – 3000 •Transmission :4 Wheel Drive •Drive:5-speed Manual Exterior Dimensions and Weight: •Base Truck: Double Cab, 4 door, Pick-up truck style load bed with drop gate •Overall Length: Not to exceed 5.25 meters •Overall Width: Not to exceed 1.85 meters •Wheel Base: Not to exceed 3.05 meters •Height: Not to exceed 1.725 meters •Seating Capacity: Five persons in cabin minimum •Curb Weight: Not to exceed 1875 kilograms •Maximum Weight: 2650 kilograms Steering, Suspension and Brakes:Standard Anti-theft & Locks:Standard Braking and Traction:Standard Heating, Ventilation and AC:Standard Windows, Mirrors, and Wipers:Standard REQUIRED DELIVERY DATE: Within 30 days of award. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features listed above and the required delivery time. The Government intends to award to the lowest price technically acceptable Offeror(s). Lowest price will be the aggregate sum of the item prices to include delivery to Bogota. The Government intends to award an IDIQ contract resulting from a follow up RFQ to the responsible Offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this RFQ will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the Offeror from further consideration. All technically acceptable, responsible Offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i)Ability to meet RSS/Statement of Work/Specification requirements. Provide a complete description of technical ability/capability of the pickup trucks in sufficient detail to evaluate compliance with the requirements. Each Offeror shall provide sufficient data to substantiate the Offerors' ability to meet all requirements of the Statement of Work/Specification. (ii) Ability to provide most expedited delivery of vehicles. (iii)Past performance. Offerors shall provide documentation and references of other Government or commercial customers for whom the Offeror has provide this system or similar system within the past two (2) years. Offeror must have an acceptable record of past performance. QUOTATIONS MUST INCLUDE THE FOLLOWING: PRICE: Unit price and extended price, inclusive of delivery charges DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be included REFERENCES: Names and points of contacts of other Government or commercial customers for whom the Offeror has preformed this or similar work for within the past two (2) years. Offeror must have an acceptable record of past performance. DUNS AND CCR: DUNS number and statement that the Offeror has registered in CCR. CERTIFICATIONS: Completed certifications (FAR 52.212.-3) that are included in the ORCA web site (https://orca.bpn.gov/). In order to receive an award you must be registered in the Central Contractor Registration database at www.ccr.gov unless and exception applies. All responsible sources may submit a quotation, which shall be considered by the Department. Offerors shall state their standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to Miami, Florida. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment Colombia without repacking or incurring damage during shipment and handling. Prices should be FOB destination Miami. Award will be made based on lowest priced, technically acceptable. Point of Contact is Margaret A. Dickson; email: dicksonma@state.gov. This RFQ closes at 1600 hours ET, September 24, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a83e0936231e2e8f5f45107667369067&tab=core&_cview=1)
- Place of Performance
- Address: Bogota, Colombia
- Record
- SN01678173-W 20080924/080922220720-a83e0936231e2e8f5f45107667369067 (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 |