SOLICITATION NOTICE
23 -- 2011 Toyota Landcruiser 200/GXR - Package #1
- Notice Date
- 7/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ402117
- Archive Date
- 8/27/2011
- Point of Contact
- Todd M. Townsend, Phone: 2023247751
- E-Mail Address
-
todd.townsend@ic.fbi.gov
(todd.townsend@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A Landcruiser Armoring Requirements This combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) number is RFQ-C004609, and is being conducted under the procedures of Part 12 and 13, test program, for 2011 Toyota Landcruiser with B-6 Armament. The North American Industrial Classification System (NAICS) number is 336992. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-43. The Federal Bureau of Investigation intends to award an Indefinite-Delivery, Indefinite-Quantity, Firm-fixed price type contract. This type of contract provides for the furnishing of an indefinite quantity, with the stated limits from the date of award of this contract for 12 months with four, one-year renewal options. Each one-year option period will begin on the anniversary date of the contract award. The FBI shall order a guaranteed minimum of Six (6) Landcruisers over the life of the contract. The Awardee shall furnish the stated minimum, and as ordered, any additional quantities Toyota Landcruiser with Armament, not to exceed a maximum of Twenty-Four (24) Landcruisers over the life of the contract. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed minimum. Obligation of funds and specific quantities will be ordered through individual delivery orders, or through the Government Purchase Card program, issued during a Fiscal Year. Specifications for items to be supplied are provided in an attachment. Items called for by this RFQ have been identified in the synopsis/solicitation by a "brand name" description. The brand name justification has been added in an attachment. The provision at FAR Clause 52.212-1, Instructions to Offerors, and addendum is incorporated. ADDENDUM to 52.212-1, modify (b) Submission to offers: "Submit offers to the attention of Mr. Todd M. Townsend, Contracting Officer, via the internet at Todd.Townsend@ic.fbi.gov." modify (b)(10): The contractor shall provide the FBI with three (3) point-of-contacts from previous contracts, either Government or Commercial, for the purpose of evaluating Past Performance." All quotes are due by 12:00 PM, EST, 08/13/2011. Questions regarding this RFQ are due by 12:00 PM, EST, 07/28/2011. Delivery of items shall be 30 days after-receipt-of-order. The delivery shall be FOB Destination to BALTIMORE, MD. Exact address included in specifications attachment. All prices quoted shall incorporate destination charges and all taxes associated with the product. Also to be included following award is a certification that the Armoring was done on site and a subcontractor was not used in equipping the vehicle to specification. For clarification, a subcontractor may be used in shipment, but not in equipping the vehicle. Incorporated by reference are the FAR Clauses 52.212-4, Contract Terms and Conditions, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders, Subsection (a), (b) 1, 5, 7, 9, 14-20, 31, and 33, (d), and (e). ADDENDUM to Clause 52.212-4, add 52.216-18-ORDERING (OCT 1995); 52.217-6-OPTION FOR INCREASED QUANTITY (MAR 1989); 52.217-9-OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); 52.232-18-AVAILABILITY OF FUNDS (APR 1984); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.233-3-PROTEST AFTER AWARD (AUG 1996); 52.216-19-ORDER LIMITATIONS (OCT 1995); 52.233-2-SERVICE OF PROTEST (SEP 2006). The Department of Justice (DOJ), Justice Acquisition Regulation Clauses, 2852.233-70-PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAN 1998); 2852.201-70-CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985). The FBI's ombudsman for this solicitation is Ms. Janice Lambert, Federal Bureau of Investigation, 935 Pennsylvania Ave., N.W., Washington, D.C. 20535. Ms. Deborah Broderick, Chief Acquisition Officer, Federal Bureau of Investigation, 935 Pennsylvania Ave., N.W., Washington, D.C. 20535-0001, shall serve as the FBI's contact in accordance with 52.233-3-Protest after award. ADDENDUM to Clause 52.252-5 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984), is incorporated by reference and applies to FAR Section 9.104-1, and Clause 52.212-3, Offeror Representations and Certifications (DEC 2001) apply and can be found at www.acqnet.gov. Each offer shall include a completed copy of 52.212-3 with their quote. FAR Clause 52.212-2, Evaluation--Commercial Items (JAN 1999) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2(a)--Award will be based on price. The FBI will award to the offeror who provides the Lowest Price technically Acceptable to the Government, price and other factors considered. Post all prices by cost per vehicle and not per year. Past Performance will be based on telephonic performance evaluations received from previous contacts provided in the quote. Any vendor not having government or commercial experience will be rated as "Neutral." The Lowest Price Technically Acceptable will be based upon the Lowest Price in the First year "Base Year". The Option Years will be based on economically adjusted prices to be determined. The CPI average over the past offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications (located on the Internet) are executed and returned as required in this synopsis/solicitation. Website: (FAR) http://www.acqnet.gov. An Economic Price Adjustment is included for any option years. The Economic Price Adjustment is not available for the base year. The Consumer Price Index average indicates that a 3.4% increase is likely over the 4 base years applicable to this contract. 52.216-2 Economic Price Adjustment-Standard Supplies. Economic Price Adjustment-Standard Supplies (Jan 1997) (a) The Contractor warrants that the unit price stated in the Schedule for _________ [offeror insert Schedule line item number] is not in excess of the Contractor's applicable established price in effect on the contract date for like quantities of the same item. The term "unit price" excludes any part of the price directly resulting from requirements for preservation, packaging, or packing beyond standard commercial practice. The term "established price" means a price that- (1) Is an established catalog or market price for a commercial item sold in substantial quantities to the general public; and (2) Is the net price after applying any standard trade discounts offered by the Contractor. (b) The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to those items delivered on and after the effective date of the decrease in the Contractor's established price, and this contract shall be modified accordingly. (c) If the Contractor's applicable established price is increased after the contract date, the corresponding contract unit price shall be increased, upon the Contractor's written request to the Contracting Officer, by the same percentage that the established price is increased, and the contract shall be modified accordingly, subject to the following limitations: (1) The aggregate of the increases in any contract unit price under this clause shall not exceed 10 percent of the original contract unit price. (2) The increased contract unit price shall be effective- (i) On the effective date of the increase in the applicable established price if the Contracting Officer receives the Contractor's written request within 10 days thereafter; or (ii) If the written request is received later, on the date the Contracting Officer receives the request. (3) The increased contract unit price shall not apply to quantities scheduled under the contract for delivery before the effective date of the increased contract unit price, unless failure to deliver before that date results from causes beyond the control and without the fault or negligence of the Contractor, within the meaning of the Default clause. (4) No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies the increase in the applicable established price. (5) Within 30 days after receipt of the Contractor's written request, the Contracting Officer may cancel, without liability to either party, any undelivered portion of the contract items affected by the requested increase. (d) During the time allowed for the cancellation provided for in paragraph (c)(5) of this clause, and thereafter if there is no cancellation, the Contractor shall continue deliveries according to the contract delivery schedule, and the Government shall pay for such deliveries at the contract unit price, increased to the extent provided by paragraph (c) of this clause. QUESTIONS DUE: 7/28/2011 12:00 pm PROPOSALS DUE: 8/12/2011 12:00 pm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ402117/listing.html)
- Place of Performance
- Address: Ship to:, FOB Destination Baltimore, Department of State, 2200 Broening Highway, Baltimore, Md 21224, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN02496207-W 20110714/110712235100-a7ff7c429cae948caf03e70178c600ec (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 |