Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2006 FBO #1644
SOLICITATION NOTICE

23 -- purchase to automobiles

Notice Date
5/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Station Iwakuni Contracting Office, PSC 561 Box 1872 MCAS Iwakuni, FPO, AP, 96310-1872
 
ZIP Code
96310-1872
 
Solicitation Number
N40084-06-T-5013
 
Response Due
6/16/2006
 
Description
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 N40084-06-T-5013, and is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 25. CONTRACT LINE ITEM 0001: Automobile, Sedan, 4-door, 5-passenger, gasoline engine driven, 4X2, and right hand drive. Quantity: Two (2) each, E/C 0104 0J. Note: Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standard in effect on the date of manufacture. The Government reserves the right to accept alternate specifications as noted here: B. MINIMUM DIMENSIONS (Metric/Inches and feet). Wheel Base - 2,670 through 2,724 millimeter/105.1 through 107.2 inches; Overall Length - minimum 4,600 millimeter/181.1 inches; Overall Width - minimum 1,695 millimeter/66.7 inches; Overall Height - minimum 1,435 millimeter/56.5 inches. C. REQUIREMENTS. (1) Exterior Color: The Government will specify the color based on manufacturer's availability and negotiations at a time after date of award. The two vehicles shall be of different colors. (2) Identification Markings and Registration Numbers: Reflectorized tape dark blue color, and marked on the applicable vehicle license plate in accordance with NAVFAC P-300. United States Navy Registration Numbers 92-33622 and 92-33623 are applied. The contractor shall install license plate both front and rear of each vehicle, plates will be standard 6X12 inches, navy blue lettering on white background. Lettering to include "U. S. NAVY" in one and one-half inch letters (minimum) centered between the top holes, seven-digit USN number for vehicle(s) in 2-inch letters (minimum) centered below U. S. NAVY, and "FOR OFFICIAL USE ONLY" in 1/2-inch letters (minimum) centered between the bottom holes. Both front and rear license plates are required. (or paint USN 92-33622 inside the rear trunk hatch. (3) Rustproofing and Undercoating: Manufacturer's standard. (4) Engine Displacement: 2,000 cc rated or more. (5) Transmission System: Automatic. (6) Suspension: Manufacturer's standard. (7) Tires: Manufacturer's standard. (8) Electrical System: Manufacturer's standard. (9) Air Conditioner. (10) AM or AM/FM Radio and Speaker. (11) Navigation System with Monitor: DVD or Hard Disk (12) Tires and Wheels: Steel belted radial tires with full covered wheel cap or aluminum wheels. (13) Heater/Defroster: Manufacturer's standard. (14) Seats: Manufacturer's standard cloth seats. (15) Seat Belts: Shall be installed on all passenger seats and driver's seat. (16) Windows: Power windows. (17) Door Lock: Driver controlled power door lock. (18) Steering: Power steering. (19) Warranty: Manufacturer's standard. (20) Floor Mats. (21) Triangle Reflectors. (22) Technical Publications (In Japanese or English): One (1) set of operator manual for each vehicle(s). One (1) set of Technical (shop repair) manuals and parts catalog to be furnished by Contractor at time of vehicle(s) delivery. (23) Accessories: Shall be the type installed on manufacturer's standard domestic production model. D. INTENDED USE: The U. S. Government in transporting personnel/cargo intends to use the vehicle covered by this specifications for general operational use. The vehicle furnished hereunder shall be delivered ready for immediate use. E. SAFETY. Each vehicle shall comply with Japanese domestic safety and exhaust emission control requirements. F. DELIVERY POINT. All transportation charges shall be borne by the contractor. The vehicles shall be delivered to the Naval Criminal Investigative Service, Iwakuni, Japan. POC: Mr. Kakiuchi. Phone: 0827-(79)-5589. G. DELIVERY DATE. The vehicle shall be delivered at the delivery point specified above within 60 calendar days after date of contract award. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and are incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR provision 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition and is incorporated by reference (a) The Government reserves the right to award one or more contracts to one or more contractors. FAR provision 52.212-2, Evaluation ? Commercial Items, apply to this acquisition and is incorporated by full text, as follows: 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; and (3) past performance (see FAR 15.304). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotes shall be in the English language and priced in Japanese Yen only. All quotes shall include (1) Price Quotation: One (1) set, (2) Completed Representations and Certifications: One (1) set, (3) Technical Proposal: One (1) set, and Past Performance information: One (1) set. TECHNICAL PROPOSAL REQUIREMENT: (1) Catalogues or other product literature identifying the features and specifications of each items offered. At a minimum, the literature should identify compliance with the specifications: One (1) set. (2) The Contractor shall identify in his proposal as to which specified items his proposed items meets. The contractor may use the specification by putting a ?YES? or ?NO? in red ink pen at the end of each specified item, and submitting it with the proposal. Any deviations from the Government?s proposed specification shall also be identified in red ink pen and submitted with a deviation summary: One (1) set. All quotes are due on 16 June 2006 at 1000 hours. All quotes shall be submitted to: Naval Facilities Engineering Command, Far East, Resident Officer in Charge of Construction, Iwakuni, PSC 561 BOX 1865, FPO AP 96310-0029. Any questions may be submitted to Ms. Reiko Nishimoto, Contract Specialist, at Telephone: 011-81-827-79-6524, Fax: 011-81-827-79-6243, or E-mail address: nishimotor.JP@iwakuni.usmc.mil.
 
Record
SN01058422-W 20060528/060526221203 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.