Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1998 PSA#2218

USAID/Guatemala-Central American Programs, Unit 3323, APO AA 34024

23 -- MOTOR VEHICLES SOL 520-99-P-001 DUE 113098 POC Contact Point: Patricia de Portillo/Ramiro Morales, Contracts Office, Tel: 502-332-0202, Fax: 502-331-1506, E-mail: psigui@usaid.gov, ramorales@usaid.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is USAID/Guatemala-CAP RFP No. Guatemala 520-99-P-001. The solicitation document and the associated standard provisions and clauses are those in effect through Federal Acquisition Circular 97-08. The following is a description of the items requested: Vehicles must be U.S. made and manufacturers' latest models, completely new, unused, and not reconditioned. Supplier must certify in writing that vehicles are export models. Following are minimum specifications required for each item: 1.3 extended cabs pick ups, 1999 new, any color, two doors, Extended Cab 4 x 4, front bench vynil seats, adjustable rear jump seats with seat belts, V8 engine 4.3, all standard equipment andfeatures, six foot pickup box, 5 speed manual transmission, four wheel drive manually engaged, manual locking hubs, exterior rear view mirros, front bumper and rear step bumper, heavy duty cooling system, heavy duty springs/shock absorbers, heavy duty battery, all terrain tires with spare, all terrain tire and wheel, locking gas cap, jack and lug wrench, map interior lights and bed light, under coating and rust protection, 30 gallon fuel tank, metric speedometer, odometer, tachometer, oil pressure gauge, two sets of keys, winch. 2.1 Wagon, 1999 new, any color, 4 door, 4 x 4, 5 passenger, interior vynil seats, V6 engine 4.3, all standard equipment and features, 5 speed manual transmission, four wheel drive manually engaged, manual locking hubs, exterior rear view mirrors, front bumper and rear step bumper, heavy duty cooling system, heavy duty springs/shock absorbers, heavy duty battery, radial tires and spare, locking gas cap, jack and lug wrench, map interior lights and bed light, under coating and rust protection, 20 gallon fuel tank, metric speedometer, odometer, tachometer, oil pressure gauge, two sets of keys, winch. 3. Service manuals for above vehicles. Vehicles must have an authorized service representative in Guatemala. This acquisition is unrestricted. The Standard Industrial Classification (SIC) is 3711. Prices shall be F.O.B. within consignee's premisses: USAID/Guatemala-CAP, c/o American Embassy, Guatemala (For Ministry of Health, Unidad de Salud Reproductiva). All vehicles shall be delivered in Ministerio de Salud Publica, Unidad de Salud Reproductiva, 5a. Avenida 13-27 zona 9, Guatemala City, Guatemala, 60 days after contract award. The Geographic Code approved for this procurement is 000-United States 0nly. Inspection and acceptance of vehicles will be made in Guatemala City, Guatemala. Offerors shall indicate the name of the custom broker who will clear the vehicles through Customs. TIME REQUIRED FOR CLEARANCE OF ITEMS FROM CUSTOMS WILL NOT BE CONSIDERED AS PART OF DELIVERY TIME. CONSIGNEE HAS DUTY FREE PRIVILEGES AND WILL HANDLE DOCUMENTATION FOR THIS PURPOSE. OFFERORS SHOULD BE AWARE THAT THIS PROCESS TAKES APPROXIMATELY 3 WEEKS. Suppliers should be aware that transport companies provide a grace period at the port of off-loading, for use of shipping containers, after which they commence charging a daily fee. Under the FOB shipping arrangement, any such fees are for the account of the supplier. Please note that the following provisions apply to this solicitation: 52.212-1, Instructions to Offerors -- Commercial. 52.212-2, Evaluation -- Commercial Items. It is the intent of the US Government to award one contract for the entire quantity of items covered by this RFP to the lowest, responsive, responsible offeror. Technical evaluation will consist of ensuring that the proposal meets the minimum requirements of the solicitation. The supplier's catalog and any other technical literature will be used as the basis by which technical compliance will be verified. 52.212-4, Contract Terms and Conditions -- -- Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Offerors shall include with their proposal a completed copy of the provision at 52.212-13, Offeror Representation and Certifications -- Commercial Items. Offerors shall indicate the exact provisions of warranty. Vehicles must be covered by the manufacturer's standard export warranty which, at a minimum, shall protect the Purchaser from any loss due to defective workmanship, materials and parts for twelve (12) months or 20,000 kilometers, whichever occurs first, after delivery. In the event that the warranty is breached, the Purchaser may require, and the Contractor shall be bound, to remedy all defects and faults, including both workmanship and materials within a reasonable time of notification. In the event of the Contractor's refusal or inability to remedy any such condition, the Purchaser may remedy such defects on its own and claim the reasonable cost of such remedial action from the Contractor. The warranty must be honored by an authorized dealer in Guatemala with a satisfactory repair and maintenance facility and an adequate supply of spare parts. The Past Performance Information under this RFP should be submitted as follows: A list of all contracts or purchase orders involving similar or related services over the past three years. Reference information shall include the location, current telephone and fax numbers, points of contact, award numbers if available, and a brief description of services rendered. Offerors shall indicate in their proposal, the supplier/manufacturer's authorized representative in Guatemala, who will handle warranty, predelivery, and/or after sales services, and a letter from the local representative stating the above shall be included in the proposal. Failure to provide this information may render a proposal nonresponsive and ineligible for further consideration. The Offeror shall submit signed and dated offers to the following addresses: If sent by courier: Contracts Office, USAID/Guatemala-CAP, 1a. Calle 7-66 zona 9, Guatemala City, Guatemala 01009, Tel. 502-332-0202, and if by US postal service, USAID/Guatemala-CAP, Unit 3323, APO AA 34024. Offers shall be received at the above address not later than NOVEMBER 30, 1998, 14:00 hours local time. Offers received after the date and hour specified above will not be considered. The Government will evaluate proposals in response to this solicitation and will award a firm fixed price contract to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government considering price, delivery and other related factors such as the offeror's past performance. For information regarding this solicitation, offerors should contact Mrs. Patricia Sigu de Portillo, or Mr. Ramiro Morales at Tel. No. 502-332-0202. Posted 11/05/98 (I-SN268879). (0309)

Loren Data Corp. http://www.ld.com (SYN# 0173 19981109\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page