DOCUMENT
23 -- TRUCKS AND SUVS FOR GUAM - Amendment 1
- Notice Date
- 6/26/2008
- Notice Type
- Amendment 1
- NAICS
- 423110
— Automobile and Other Motor Vehicle Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- 08_171061
- Response Due
- 7/7/2008 1:00:00 PM
- Archive Date
- 7/22/2008
- Point of Contact
- Joanne R Mann,, Phone: 612-336-3224, Larry D Nelson,, Phone: 612-336-3225
- E-Mail Address
-
Joanne.Mann@usda.gov, Larry.D.Nelson@aphis.usda.gov
- Small Business Set-Aside
- N/A
- Description
- THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE ATTACHMENT AND SUBMIT THE CORRECTED PRICE SCHEDULE TO SHOW ONE 4-WHEELED DRIVE 2008 SPORT UTILITY VEHICLE AND TWO 2-WHEELED DRIVE 2008 SPORT UTILITY VEHICLE. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. i. This is 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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition. This announcement constitutes the only solicitation, quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. ii. The reference number is 08_171058; the solicitation is issued as a request for quotation (RFQ.) iii. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. iv. It is anticipated that a single award will be made but multiple awards will be considered. The associated NAICS code for this effort is 441110; small business size standard is $26.5. v. REQUIREMENTS AND QUANTITIES: This requirement consists of four (4) line items: CLIN 0001 ONE (1) 2008 Sport Utility Vehicle (SUV) four wheeled drive CLIN 0002 - TWO (2) 2008 Sport Utility Vehicles (SUV) - two wheeled drive. CLIN 0003 - TWO (2) 2008 mid-size pickup trucks CLIN 0004 ONE (1) 2008 full size heavy duty pick up truck vi. The product specifications for this requirement are as follows: CLIN 0001 SPORT UTILITY VEHICLE - Four cylinder engine; four-door; air conditioning; automatic transmission; power steering; four wheel anti-lock brake system (ABS) brakes; 16 inch alloy wheels; four-wheeled drive; American made and manufactured; all season tires; not less than 7 inches ground clearance; power windows, power locks, power mirrors; tilt steering wheel; interior cargo space of not less than 60 cubic feet; interior cargo height of not less than 25 inches; AM/FM radio with clock; fuel type-gas. Warranty Standard; Parts and Repair Manual. COLOR white (primary) OR light silver/gray (secondary choice.) QUANTITY OF ONE. CLIN 0002 SPORT UTILITY VEHICLE - Four cylinder engine; four-door; air conditioning; automatic transmission; power steering; four wheel anti-lock brake system (ABS) brakes; 16 inch alloy wheels; two-wheeled drive; American made and manufactured; all season tires; not less than 7 inches ground clearance; power windows, power locks, power mirrors; tilt steering wheel; interior cargo space of not less than 60 cubic feet; interior cargo height of not less than 25 inches; fuel type-gas; AM/FM radio with clock. Warranty Standard; Parts and Repair Manual. COLOR white (primary) OR light silver/gray (secondary choice.) QUANTITY OF TWO. CLIN 0003 - 2008 MID-SIZE PICKUP TRUCKS - 4.0 liter V6 engine (minimum); extended cab; four-wheeled drive; American made and manufactured; air conditioning; automatic transmission; power steering; four wheel anti-lock brake system (ABS) brakes; 16 inch steel wheels; all season tires; manual windows, manual locks, manual mirrors; tilt steering; AM/FM radio with clock; vinyl interior; standard 6 foot bed; fuel type-gas. Warranty Standard; Parts and Repair Manual. COLOR White (primary) OR light silver/gray (secondary choice.) QUANTITY OF TWO. CLIN 0004 2008 FULL SIZE PICK UP TRUCK, HEAVY DUTY 5.4 Liter V8 engine (minimum); extended cab; two wheeled drive; American made and manufactured; air conditioning; power steering; four wheel anti-lock brake system (ABS) brakes; 16 inch steel wheels; all season tires; manual widows, manual locks, manual mirrors; tilt steering; vinyl interior; bench seating; 2500 lb payload capacity; standard 6 foot bed; fuel type-gas; AM/FM radio with clock. Warranty Standard; Parts and Repair Manual. COLOR - White (primary) OR light silver/gray (secondary choice.) QUANTITY OF ONE. The price quoted shall include all costs associated with this procurement including shipping to: USDA APHIS WS 233 Pangelinan Way Barrigada, GU 96913 vii. Delivery and acceptance of deliverables will be FOB destination, Barrigada, Guam. viii. The provisions at 52.212-1 Instructions to Offerors Commercial Items, apply to this solicitation. Delivery shall be within 30 days from date of award. ix. The provisions at 52.212-2 Evaluation Commercial Items, apply to this solicitation with the following factors used to evaluate offers: price; technical capability; past performance. Technical, past performance and delivery time, when combined are approximately equal to price. Price must include all costs, including delivery. x. The provisions at 52.212-3 Offeror Representations and Certifications- Commercial Items, applies to this solicitation. The contractor shall either, (1) return a completed copy of this provision with its quote. A copy of the provision may be obtained from http://www.arnet.gov/far, OR (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov and referenced in the quote. xi. The provisions at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. xii. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses identified as paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.212-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor: 52.219-14 Limitations on Subcontracting (15 U.S.C. 637 (a) (14); 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52..222-21 Prohibition of Segregated Facilities; 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; 52.225-1 Buy American Act Supplies (41 U.S.C. 10a-10d); 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. xiii. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xvi. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. xv. All questions concerning this RFQ must be submitted in writing and faxed to (612) 336-3550 OR emailed to Joanne.Mann@aphis.usda.gov. No telephonic response to the combined synopsis/solicitation will be accepted. QUOTATIONS ARE DUE no later than 1:00 p.m. Central Time on JULY 7, 2008 to: USDA APHIS MRPBS ASD CONTRACTING, 100 North 6th Street, Minneapolis, MN 55403. Email or faxed quotes are acceptable. xvi. The assigned Contracting Officer is Joanne Mann (612) 336-3224; Alternate Contact Larry Nelson (612) 336-3225. xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLINS 0001, 0002, 0003, and 0004 which provides the price per unit and extended price, including delivery charges. See Addendum I. 2) Description of equipment being proposed and how it meets or exceeds the requirements stated above; product literature may be included. 3) References: Names and point of contact of other Government or commercial customers for whom the offeror has performed this or similar work within the past two (2) years. Offeror must have an acceptable record of past performance 4) Signature of the offeror on the page which lists the price. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online (ORCA) at http://www.bpn.gov. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d86b08587a076e11b7bba445bb1bbfe2&tab=core&_cview=1)
- Document(s)
- Amendment 1
- File Name: REVISED ATTACHMENT 1 PRICE SCHEDULE (08 171061 ATTACHMENT Guam Veh.doc)
- Link: https://www.fbo.gov//utils/view?id=b31777f37b7cd73f1ac358a5746a209d
- Bytes: 29.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: REVISED ATTACHMENT 1 PRICE SCHEDULE (08 171061 ATTACHMENT Guam Veh.doc)
- Place of Performance
- Address: 233 PANGELINAN WAY, BARRIGADA, Non-U.S., 96913, United States
- Zip Code: 96913
- Zip Code: 96913
- Record
- SN01602462-W 20080628/080626222113-d86b08587a076e11b7bba445bb1bbfe2 (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 |