|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1998 PSA#2218Purchasing Agent: Management Sciences for Health, 165 Allandale Road,
Boston, MA 02130 An action for the USAID program. 23 -- PURCHASE OF PASSENGER VEHICLES, PICK-UP TRUCKS AND SPARE PARTS,
FOR USE IN CONNECTION WITH USAID CONTRACT NO. 521-0248-C-00-6006-00.
USAID/HEALTH SYSTEMS 2004 PROJECT SOL Haiti HS2004-1001/98 DUE 111398
POC Contact Point: Gordon Homer, Procurement Officer, Management
Sciences for Health, Tel: 617-524-7799, Fax: 617-524-6538 This is a
combined synopsis / solicitation for commercial items prepared in
accordance with the format in he Federal Acquisition Regulations (FAR)
Subpart 12.6, as supplemented with additional information included
with this notice. i) This announcement is being published in the USAID
Procurement Information Bulletin; quotations are being requested and
a written solicitation will not be issued. ii) The Solicitation Number
for this request for Quotations is Haiti RFQ No HS 2004- 1001/98. This
acquisition will be conducted using simplified acquisition procedures.
iii) The solicitation document and incorporated provisions are those
in effect through Federal Acquisition Circular (FAC) 97-3. iv) The
contractor shall deliver to Port au Prince, Haiti, 5 (five) vehicles
with the following specifications: Item 1. Qty FOUR 1998 or 1999 4 x 4
LHD Station Wagons, long wheel base, basic/utility hardtop model
tropicalized, for use in extreme physical and climatic conditions;
Engine: 4.0L minimum, 6 cylinder, diesel powered, heavy-duty engine
cooling system; Transmission: Manual 5 Speed; Steering: Power-assisted;
Brakes: Power- assisted brakes, Front: disc, Rear: drum; Suspension:
Heavy-duty suspension, suitable for off-road use in rough terrain and
wet conditions; Tires: Steel belted radials, All terrain tread, Full
size spare tire and wheel; Electrical system: Heavy-duty 12-volt
electrical system; Extra Equipment: Front mounted power winch; No of
Doors: Three and Five will be considered; Seats: Minimum 10, Spare
parts: Manufacturer s recommended 2 years spare parts. Item 2. Qty ONE
1998 or 1999 model 4 x 4 pickup truck with extended cab, tropicalized
for use in extreme physical and climatic conditions; Engine: 3.0L, 4
cylinder, diesel powered, heavy-duty engine cooling system;
Transmission: Manual. 5 Speed; Steering: Power assisted steering;
Brakes: Power assisted, Front: Disc, Rear: Drum; Suspension: Heavy duty
suspension, suitable for off-road use in rough terrain and wet
conditions; Tires: Steel belted radials, all terrain tread, full size
spare tire and wheel; Electrical system: Heavy-duty 12-volt electrical
system; Extra equipment: Front mounted power winch; Number of doors:
4; Seats: 4-5 passenger capacity. Spare Parts: Manufacturer s
recommended 2 years spare parts. v) a) CIF, Port au Prince prices are
requested valid for 30 days from the closing date of this RFQ. Note:
Management Sciences for Health will pay within 10 (ten) working days of
receipt of supplier s invoice, or acceptance of it, whichever is the
later. Any discount offered for prompt payment to be stated in
quotations b) Product descriptive literature and technical
specifications shall accompany each quotation. c) Manufacturer s
warranty must be fully honored by their appointed agents, throughout
Haiti, the agent s name and address to be stated in quotations vi) The
contractor shall carry out the following tasks: a) all vehicles shall
be delivered CIF to Port au Prince, Haiti, not later than January 15th
1999 Provide timely information and copies of all documentation to
Management Sciences for Health, including, but not limited to, name of
the carrier, pick up and delivery dates, copies of all Bills of
Lading, Supplier s invoice number detailing CIF value, Insurance
certificate and packing lists. Timely Notification shall mean that the
contractor shall advise Management Sciences for Health by fax ( Fax
No. 617 524 6538) of the shipment, within one day of placing the
vehicles on the transportation conveyance. The Contractor shall send by
international courier service Originals of all the documentation
described above to: Chief of Finance and Administration Unit,
Management Sciences for Health, Haiti Sante 2004, Bureau Ancienne
Administration Sogebank, Entr e Sogebel, Rue des Miracles, Port au
Prince, Haiti, Phone (509) 23 -6679 / 23-6692 / 23-6693 Fax: (509)
23-0755 vii) Management Sciences for Health reserves the right to award
one or more contract(s) based on quotations resulting from this
solicitation to the responsible offeror(s) whose offer conforming tothe
solicitation will be the most advantageous to the Government, price and
other factors considered. The following factors listed in descending
order of importance shall be used to evaluate offers: a) lowest price
quotation for all items, b) earliest delivery c) having an authorized
representative in Haiti to implement warranty, maintenance and
provision of spare parts, d) past performance. Each offeror is required
to provide past performance information for similar / same supplies, to
include 2 most recent contract numbers, points of contact / current
telephone numbers, types of supplies provided. viii) Clauses and
Provisions: The following clauses and provisions are hereby
incorporated: 52.212-1 Instructions to Offerors Commercial Items 52.
212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations
and Certifications Commercial Items, shall be completed and submitted
with the quotation. 52.212-4 Contract Terms and Conditions --
Commercial Items. 52.212-5 Contract Terms and Conditions to Implement
Statutes or Executive Orders Commercial Items, with the following
addenda: Para b) the following clauses are hereby incorporated by
reference: 52.203-6 Restrictions on Subcontractor Sales to Government
with Alternate 1 52-203.10 Price Adjustment for Illegal or Improper
Activity 52.211-11 Liquidated Damages Supplies, Services, or Research
and Development 52.211-16 Variation in Quantity 52.219-8 Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns
52.222-20 Walsh -Healy Public Contracts Act 52.222-26 Equal Opportunity
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans 52.222-36 Affirmative Action for Handicapped Workers 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era. 52.223-2 Clean Air and Water 52.223-6 Drug-Free Workplace
52 225-3 Buy American Act -- Supplies. The following AIDAR clauses are
applicable and incorporated by reference: 752.202-1 Definitions,
Alternate 70 and Alternate 72 752.203-1 OfficialsNot to Benefit
752.209-70 Requirement for Past Performance references 752.7004 Source
and National Requirements, the authorized geographic code is 000
(United States), Haiti and Japan. 752.7006 Notices 752.7009 Marking
752.7025 Approvals 752.247-64 Preference for Privately Owned U.S. Flag
Commercial Vessels. ix) Quotations should be received not later than
4.00 p.m., Eastern Standard Time Boston, on November 13th 1998. The
mailing address for quotations is: Management Sciences for Health, 165
Allandale Road, Boston, MA 02130. The contact person for this
procurement is: Gordon Homer, Procurement Officer, Phone: 617 524 7799
ext. 245 or Fax: 617 524 6538. All responsible Offerors may submit
quotations. Posted 11/05/98 (I-SN268880). (0309) Loren Data Corp. http://www.ld.com (SYN# 0174 19981109\23-0002.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|