Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

23 -- Micro Truck Crew Cab

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-Q-0067
 
Archive Date
9/30/2009
 
Point of Contact
Elizabeth Marcotte, Phone: 717-770-6603
 
E-Mail Address
elizabeth.marcotte@dla.mil
(elizabeth.marcotte@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Distribution Depot Warner Robins, GA (DDWG) has a requirement for a quantity of two (2) gas powered 4 wheeled, 4 door Micro Truck Crew Cab vehicles. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with Subpart 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) and the solicitation number is SP3300-09-Q-0067. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-33 effective 15 July 2009, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090715 (amended) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, PROCLTR 2009-26. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is unrestricted. The North American Industry Classification System (NAICS) code applicable to this acquisition is 336112 and the small business size standard is 1000 employees. The requirement consists of the following: CLIN 0001 QTY: 2 EA, Description: Micro Truck Crew Cab with special options for air conditioning, automatic transmission, with overload springs or extra heavy suspension. BRAND NAME OR EQUAL TO: Tiger Star Truck, Crew Cab; Mfr Part Number 660100A with special options as described in Salient Characteristics. SALIENT CHARACTERISTICS: This is a BRAND NAME OR EQUAL acquisition; in accordance with FAR 52.211-16, the salient physical, functional, or performance characteristics/minimum requirements that equal products must meet are as follows: The micro truck crew cab must be a 4 wheeled, 4 door, gas powered vehicle with minimum seating for four passengers, capable of a driving speed of at least 35 mph. The truck must come equipped with air conditioning, heating, automatic transmission, and overload springs or extra heavy suspension, windshield wipers, headlights, turn signals, brake lights, horn, seat belts and front disk and rear drum brakes with ABS. Truck dimensions must be a minimum of 152 inches long, 58.5 inches wide and 71 inches high. The truck must have a minimum ground clearance of 7.5 inches. The truck bed dimensions must be a minimum of 71 inches long, 54 inches wide and 17 inches high. Towing capacity must be a minimum of 2,500 lbs. The engine must be a 4 cylinder, 4 stroke or manufacturer equivalent. The truck must have an electronic ignition, liquid cooling and a 12 Volt electrical system. Truck tires must be standard street tires capable of running on both smooth concrete and asphalt surfaces with a minimum wheel diameter of 13 inches. Exterior color is manufacturer standard. Warranty coverage shall be manufacturer standard warranty but not less than 1 year parts and labor. END OF SALIENT CHARACTERISTICS - MINIMUM REQUIREMENTS Delivery Point is FOB Destination to: Defense Distribution Center DDWG-G Command Office 450 MLK Blvd, BLDG 385 Robins AFB, GA 31098 CLIN 0001: Micro Truck Crew Cab QTY 2 EA @ $______________= $____________ EXT PRICE Any award resulting from this solicitation will be issued on Standard Form (SF) 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done online at www.ccr.gov. The preferred method of payment for supplies purchased under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors – Commercial Items Addenda to FAR 52.212-1: the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. The following provisions are included in full text: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) DFARS 252.225-7035 Buy American Act – Free Trade Agreements – Balance of Payments Program Certificate (JAN 2009) Alternate I (OCT 2006) (a) Definitions. “Bahrainian end product,” “commercially available off-the-shelf (COTS) item,” “domestic end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “foreign end product,” “Moroccan end product,” “qualifying country end product,” and “United States” have the meanings given in the Buy American Act--Free Trade Agreements--Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government— (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) For line items subject to Free Trade Agreements, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Bahrainian end products or Moroccan end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act—Free Trade Agreements—Balance of Payments Program clause of this solicitation, the offeror certifies that— (i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror shall identify all end products that are not domestic end products. (i) The offeror certifies that the following supplies are qualifying country (except Australian or Canadian) end products: (Line Item Number) (Country of Origin) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Bahrainian end products or Moroccan end products: (Line Item Number) (Country of Origin) (iii) The following supplies are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of “domestic end product”: (Line Item Number) (Country of Origin (If known)) (End of provision) ALTERNATE I (OCT 2006) As prescribed in 225.1101(10), substitute the phrase “Canadian end product” for the phrases “Bahrainian end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” and “Moroccan end product” in paragraph (a) of the basic provision; and substitute the phrase “Canadian end products” for the phrase “Free Trade Agreement country end products other than Bahrainian end products or Moroccan end products” in paragraphs (b)(2) and (c)(2)(ii) of the basic provision. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS – Quotations must include the following items. Submission of a quotation that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code ; (4) Unit Price and extended price for CLIN 0001; (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items ALT I with its quotation or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the quotation or to complete the certifications on the internet may result in elimination from consideration for award. 3. Descriptive Literature: The offeror shall provide descriptive literature that clearly demonstrates that the product offered meets the Government’s minimum physical, functional and performance requirements. Descriptive literature means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a quotation. The information is required to determine the technical acceptability of the product offered. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. FAR 13.106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote is the lowest price, technically acceptable offer. Technical acceptability will be evaluated on a pass/fail basis based on the descriptive literature demonstrating that the vehicle offered meets the salient characteristics of the brand name item. All quotes found technically acceptable will then be evaluated for lowest price which includes shipping charges to the FOB destination point. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB DESTINATION FAR 52.211-9 Desired and Required Time of Delivery (Jun 1997) (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE: All items within 30 days after date of contract award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror’s proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government’s required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE: All items within 60 days after date of contract award. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR’S PROPOSED DELIVERY SCHEDULE: All items within _____ days after date of contract award. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor’s date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term “working day” excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date; the offer will be considered nonresponsive and rejected. (End of Clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) – (Feb 2007) (a) THIS CLAUSE ONLY APPLIES WHEN WOOD PACKAGING MATERIAL (WPM) WILL BE USED TO MAKE SHIPMENTS UNDER THIS CONTRACT. AND/OR WHEN WPM IS BEING ACQUIRED UNDER THIS CONTRACT. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, “Guidelines for Regulating Wood Packaging Materials in International Trade.” DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government." (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; in paragraph (b) the following clauses apply: FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration FAR 52.232-36, Payment by Third Party FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following additional clauses/provisions apply: DFARS 252.225-7036, Buy American Act – Free Trade Agreements – Balance of Payments Program with Alternate I DFARS 252.247-7023, Transportation of Supplies by Sea with Alternate III Additional required clauses other than those above may be included as Addenda on the award document. All questions and inquiries should be addressed to the Contract Specialist via e-mail, Elizabeth.marcotte@dla.mil, Request for Quotation Number SP3300-09-Q-067. Offerors responding to this announcement must submit their quotation via FAX to Elizabeth Marcotte, 717-770-7591 or e-mail to Elizabeth.marcotte@dla.mil. All quotes must be received by 3:00 PM EDST August 14, 2009 to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-Q-0067/listing.html)
 
Record
SN01895708-W 20090802/090801000939-275ebd69024225221a61e871e5caeec5 (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.