Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

23 -- Detainee Movement Vehicles

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W91WRZ07T0006
 
Response Due
9/13/2007
 
Archive Date
11/12/2007
 
Small Business Set-Aside
N/A
 
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. Requirement is for five(5)Detainee Movement Vehicles. The contractor shall furnish 5 vehicles with the following Brand name or equal characteristics (1) 2007 or 2008; Long wheel base Chevr olet or equal cargo van with three compartment van conversion package, by MAVRON, Inc. DC Cuffs; installed prior to delivery. (2) Exterior color: white. (3) Interior color: neutral. (4) Air conditioned (Factory installed/front/manual) (5) Cloth bucket seat s, driver & passenger. (6) GVW rating: 9,600 lbs (Min) (7) Hinged R/H side cargo door. (8) Federal emissions standards (9) REA Acle ratio: 4:10. (10) V8 Gas engine, Min 300 HP. (11) Automatic transmission. (12) Tires, five all season. (13) Solid rear doors (no windows) All materials will be delivered to Jacksonville, FL 32226 where it will be off loaded and transported to Guantanamo Bay, Cuba by the Government. Terms and conditions for quote: The contractor is required to submit descriptive literature with the quote so that a technical determination can be made. Provide references so that past performance can be determined. Include delivery schedule to Jacksonville, FL. Contractors may submit more than one proposal -- each proposal will be considered sepa rately. APPLICABLE PRO VISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror--Commercial Items; (2) 52.212-2 Evaluation Commercial Items; EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed Price and award will be made ba sed on lowest price technically acceptable basis. 1). Offerors capability to provide a quality product that meets the Governments needs; past performance will be considered as a function of technical capability. 2). Total cost and/or price. (3) FAR 52.212- 3, Offeror Representations and Certifications--Commercial Items; (4) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items; the f ollowing clauses are applicable and incorporated by reference; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Lab or; FAR 52.222-26, Equal Employment Opportunity; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-35, Equal Opportunity for S pecial Disable Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-36 Payment by Third Party; (6) DF AR 252.212-7000, Offeror Representations and Certifications-Commercial Items. (7) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.232-7003, Electronic Submission n of Payment Requests; The Following Clauses are added by addendum (8) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (9) 52.214-21 Descriptive Litera ture (10) DFAR 252.232 -7010, Levies on Contract Payments; the full text of FAR clauses may be accessed electronically at http//farsite.hill.af.mil. ADDITIONAL INFORMATION: This items final destination is Guantanamo Bay, Cuba in support of Operation Enduri ng Freedom. You are required to ship to Jacksonville, FL where the follow on shipment will be by barge. Quoted shipping costs shall be to Jacksonville, FL 32226 only. Inspection and Acceptance terms will be 30 days after delivery to Jacksonville, FL to tak e into account Barge shipment time. Payment will be made once customer receives and accepts the item at Guantanamo Bay, Cuba. Payment will be made by GPC fo llowing Inspection/Acceptance and valid invoice. Quotes are due NLT 5:00 p.m. EST on 13 Sept 2007. Quotes can be emailed to americus.gill@us.army.mil. Electronic submittal is required; facsimiles accepted 01153993013. Quote must arrive by the date a nd time specified and shall: (1) be clearly marked with the quotation number, offerors name and address, point of contact, phone number, and e-mail address; (2) include specifications/descriptive literature of items being offered ;(3) Include delivery sche dule to include shipping charges to 32226 and; (4) provide references (companies who youve provided similar items too). Failure to provide all information requested may result in quote being considered non-responsive. Questions may be e-mailed to americus. gill@us.army.mil; PLEASE NO TELEPHONE CALLS
 
Place of Performance
Address: ACA-TA Guantanamo Bay Cuba Joint Task Force Guantanamo AP AE
Zip Code: 09360
Country: CU
 
Record
SN01394218-W 20070906/070904221407 (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.