|
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 MOTORCYCLES AND SPARE PARTS FOR USE IN CONNECTION
WITH USAID CONTRACT NO. 521-0248-C-00-6006-00. USAID/HAITI'S HEALTH
SYSTEM 2004 PROJECT SOL Haiti HS2004-1002/98 DUE 111398 POC Contact
Point: Gordon Homer, Procurement Officer, Management Science 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 the 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 2004-1002/98. 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, 19 (Nineteen)
motorcycles with following the specifications: Item 1. Qty. 11 (Eleven)
125cc Motorcycles suitable for off-road use in rough terrain and
extreme tropical climatic conditions. Standard equipment to include:
Two seats, front and rear foot pegs, capacitor discharge ignition,
kick-start, roller chain, steel rims, leading axle fork front
suspension, hydraulic damper rear suspension, front and rear brakes,
tripmeter, front and rear traffic indicators, full road legal lighting,
engine protection skid-plate, analogue speedometer km/h, all terrain
tires. Spare parts: Manufacturer s recommended 2 years spare parts Item
2. Qty 8 (Eight) 250cc Motorcycles suitable for off road use in rough
terrain and harsh tropical climatic conditions. Standard equipment to
include all the features detailed in Item 1, as a minimum requirement
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 working days of receipt of supplier s invoice, or acceptance of it,
whichever, is the later. Any discounts offered for prompt payment to be
stated in quotations. b) Product descriptive literature and technical
specifications shallaccompany 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 motorcycles
shall be delivered CIF to Port au Prince, Haiti, not later than January
15th 1999 b) 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 Sogebel, Rue des Miracles, Port au Prince Haiti. Phone:
(509) 23-6679 / 23-6692 / 23-6693 and 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 to the 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 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 Officials Not 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 Marking752.7025Approvals
752.247-64 Preference for Privately Owned U.S. FlagCommercial 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-SN268881). (0309) Loren Data Corp. http://www.ld.com (SYN# 0175 19981109\23-0003.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|