SOLICITATION NOTICE
23 -- 2012 model Toyota Land Cruiser, 76 series, HZJ76L/R-RKMRS 4 door - Turbo Diesel - Manual - Left Hand Drive
- Notice Date
- 3/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
- ZIP Code
- 20523
- Solicitation Number
- SOL-OAA-12-000030
- Archive Date
- 3/31/2012
- Point of Contact
- Callie M. Johnson, Phone: 202-567-5322, Lance Butler III, Phone: 202-567-5304
- E-Mail Address
-
cmjohnson@usaid.gov, lbutler@usaid.gov
(cmjohnson@usaid.gov, lbutler@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- SPECIFICATIONS Toyota Land Cruiser 76 Series Quantity, Base Vehicle, Fuel, Transmission, and Drive: 1 2012 model Toyota Land Cruiser, 76 series, HZJ76L/R-RKMRS 4 door - Turbo Diesel - Manual - Left Hand Drive Specify Drive: Right Hand Drive Specify Purpose of Vehicle: To transport OFDA Field Team in remote areas where relief efforts are being conducted on behalf of the United States Government. Destination: Identify separate line item shipping methods via air, sea, and combination freight to: Door delivery - Addis Ababa, Ethiopia Note: OFDA is permitted to send a representative during production for the installation of full radio communications package that consists of UHF,VHF, SATFON and CODAN. Nomenclature: Toyota Land Cruiser 76 series, HZJ76L/R-RKMRS 4 x 4, 10 seater Engine: 4.2L V6 Turbo Diesel Transmission: Manual Color: White Upholstery: Standard upholstery applies for the make and model. No optional upholstery selections are authorized. Standard Features: Base Vehicle Standard features apply to the year manufactured. Options and Accessories: Base Vehicle Standard accessories apply to the 76 series model according to year manufactured. - AM/FM Radio/SW radio with CD player Note: No options authorized unless approved by the Office of Security, Security Engineering Center. No LX version authorized Armored Vehicle Vendor: Required Options and Accessories: - Dual heavy duty battery installation - High Altitude Compensator - Battery manual cutoff switches installed on negative terminal of each battery - One pieces steel rims (No Split Rim) - Off road rated tyres including 2 spare (one mounted rear door, one mounted on roof rack) - Fire extinguisher (mounted within occupied space) - First Aid kit - Skid Plate (3 mm steel) rear differential - Skid Plate protection to the underside of the front of the vehicle (3mm steel) - Steel mesh in tail pipe - Self-sealing fuel tank - Locking gas cap - Heavy Duty Brakes & Brake fluid upgrade - Transmission Oil Cooler (Engine Transmission protection) - Spring and sway bar bushing upgrade - Undercoat/rust proofing - Airbag deactivation (or preferred, No airbags installed) - Upgrade Fuel tank 166L - Fresh air lock out - 3M Scotch Shield Film on rear OEM cargo/hatch door - Installation cost of government furnished communication equipment (UHF, VHF, SATFON, CODAN). - Heavy duty jack (manual hydraulic) - Hi-Lift jack with lockable mounting brackets (mounted horizontally (locking) to rear bumper) - Installed air compressor, under hood - Up Country Package w/snorkel - Bull Bar bumper with Codan antenna base - Fog Lights with covers - Rear heavy duty bumper with Pintle hook. - Winch kit (with heavy-duty synthetic (non-metal) cable) - Recovery Strap Kit including: winch line dampener, snatch block, 6 ft tree trunk protector, 25 ft recovery strap, 2 D ring shackles, 2 pair of leather work gloves, carrying case - Basic vehicle tool kit (include tyre pressure gauge) - 6 Months of Spare Parts Kit - 4 Sets of keys for each vehicle - Roof Rack (must accommodate fuel containers and one spare tyre) - Two (2) 20 Liter (standard jerry can) DOT approved fuel containers with bracket that allows locking attachment to roof rack V. Information Required on Vendors Quotations: All vendors must submit their quotes on company letter head that contains the company's full name, address, telephone numbers, email addresses, and point of contact. The quote must also list the company's GSA contract number, Tax Identification Number (TIN), Data Universal Numbering System (DUN), and Small Business Filing Status if applicable. All charges must be separately listed as a single line item with all line items adding up to an over total cost, for example the cost for the base unit, the cost for upgrades, the cost for shipping base unit to vendor, the cost of the spare parts kit, and the cost for shipping the vehicle to Addis Ababa, Ethiopia must be separate line item charges. The quote must provide an armoring completion schedule in that includes: estimated timeline to acquire the base unit; estimated timeline of vehicle during production; and estimated timeline to ship to designation. The contractor shall provide OFDA Logistics with a weekly update of the status of this procurement until the order is completed. OFDA Logistics, (202) 712-0234 office, (202) 216-3399 fax The contractor is responsible for any and all storage (if any) in the execution of this task order. Offerors are advised that FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-12-000030/listing.html)
- Place of Performance
- Address: US Agency for International Development, Bureau for Democracy Conflict and Humanitarian Assistance, Office of US Foreign Disaster Assistance, DCHA/OFDA/DRM, Ronald Reagan Building, 1300 Pennsylvania Avenue, NW, Washington, District of Columbia, 20523, United States
- Zip Code: 20523
- Zip Code: 20523
- Record
- SN02686747-W 20120303/120301234856-fa8afd4caaed3cfae370455eb4e1fd8f (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 |