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