Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

23 -- Pickup Truck 4x4

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
WF7LKT-1021-040
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Jason L Miles, 210-295-2129
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(jason.miles1@us.army.mil)
 
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. This is a Combined Synopsis/ Solicitation for commercial items with the intent to award in accordance with the information in FAR Subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. The Request for Quotation (RFQ) number is WF7LKT-11021-0401. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 dated August 04, 2011. This procurement is unrestricted. The North American Industry Classification System code is 336112 Small Business Size Standard 1,000. It is the Contractor's responsibility to be familiar with the applicable clauses and provisions. The Standard Industrial Classification (SIC) is 3711. A firm fixed price purchase order will be awarded. Both clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Description of Requirement: The US MILGRP Bogota, Colombia requires the following items and specifications: ITEMDESCRIPTIONUNIT QUANTITY 0001Pickup Truck 4x4 EA 2 STANDARD SPECIFICATIONS: 66 - 4X4 PICKUP, COMPACT, REGULAR CAB, MIN 4200 LBS GVWR Components Body/Chassis TRIM LEVEL 1WT MFG. MODEL CODE CT15403 GROSS VEHICLE WEIGHT RATING (min/max- lbs) 4200 / 5150 5150 PICKUP BED, LOAD LENGTH min. ft. 6 6 WHEELBASE min. in. 111 111.2 BODY STYLE Smooth side comply Engine Minimums ENGINE TYPE - Cylinders / Liters (min) 6 / 3.0 5/3.7 HORSEPOWER (min) 148 242 TORQUE (lb ft) 185 242 Transmission AUTOMATIC TRANSMISSION 4 SPEED TRANSFER CASE 2 SPEED Rear Axle Differential SPECIAL TRACTION DIFFERENTIAL, AUTOMATIC comply Drive Axle PRIMARY DRIVE AXLE Rear comply DIFFERENTIAL TYPE/RATIO 3.73 Electrical ALTERNATOR, MIN. (Amps) 110 125 BATTERY, MIN. (CCA) 540 690 Fuel FUEL CAPACITY MIN GALLONS 17 19 Exterior SKID PLATE comply Doors and Windows DOORS 2 comply WIPERS-WINDSHIELD-INTERMITTENT comply Lights and Lighting DAYTIME RUNNING LIGHTS comply Interior AIR CONDITIONING comply POWER STEERING comply UPHOLSTERY Cloth comply Floor FLOOR COVERING Vinyl COMPLY Radio AM/FM RADIO WITH COMPACT DISC PLAYER AM FM Stereo Seats SEATING CAPACITY min. 3 3 SPLIT FRONT BENCH SEAT comply Safety POWER ANTILOCK BRAKES, FRONT AND REAR comply RESTRAINT SYSTEM, ALL SEATED POSITIONS comply FRONT SUPPLEMENTAL RESTRAINT SYSTEM DRIVER & FRONT PASSENGER comply Tires and Wheels SPARE TIRE ASSEMBLY comply-full size spare TIRE PRESSURE MONITORING SYSTEM comply FRONT WHEEL LOCKING HUBS automatic TIRES P235/75R16 AS Towing REAR BUMPER Step type comply Warranty OEM COMPREHENSIVE WARRANTY 3 yr/36,000 mile bumper to bumper comply OEM POWERTRAIN WARRANTY 5 years/ 100,000 miles OEM CORROSION WARRANTY 6 years/ 100,000 miles 52.212-1, Instructions to Offerors - COMMERCIAL ITEMS (Addendum) 1. Paragraph (b) Submission of offers is changed to add the following: QUOTATION PREPARATION AND INSTRUCTIONS. The Government intends to award a Firm-Fixed Price (FFP) contract for vehicles identified within this combined/synopsis solicitation. These instructions prescribe the format for the quotation and describe the approach for the development and presentation of offerors information. These instructions are designed to ensure the submission of necessary information for the understanding and evaluation of the quotation. Offerors are encouraged to present their best technical approach price quotes in their initial quote submission. The Government intends to make an award without discussions, but maintains the right to hold discussions if it so determines. FORMAT AND CONTENTS. The offer shall be submitted in the formats set forth below and all information shall be confined to the appropriate part to facilitate independent evaluation. Offers which do not include the requested minimum information may be eliminated from further consideration at the Government's discretion. The response shall consist of three (3) separate sections: Section I - Cover Letter, Section II -Pricing, and Section III -Warranty Information. The offeror shall divide its offer into the noted sections to facilitate review by the Government. Clarity and completeness are essential. ELECTRONIC OFFERS REQUIRED. Offers must be submitted electronically to jason.miles1@us.army.mil Offers submitted electronically, must be submitted via electronic media using any of the following electronic formats: (1) Files readable using Microsoft Office Products: Word, Excel, Power Point, or Access. (2) Files in Adobe PDF (Portable Document Format). (3) No files may be submitted in compressed form using WinZip, or other self-extracting files. (4) The offer should be accompanied by an electronic cover letter (letter of transmittal) which will be the body of the e-mail response to this solicitation, to identify all enclosures being transmitted in the message. 2. Paragraph (c) Period for acceptance of offers is changed to read as follows: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. 52.212-2, Evaluation -- Commercial Items (Addendum) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, represents the Lowest Price. The following factors shall be used to evaluate offers on an acceptable/unacceptable basis: Price Warranty Price: The Price factor will be assessed upon total evaluated price, to include an assessment of price reasonableness to the U.S. Government. Price offers will be reviewed for reasonableness to determine whether they reflect an understanding of the requirements or contain apparent mistakes. Award will be made to the offeror who submits an acceptable offer at the lowest price. Point of Contact: The Contracting Office point of contact is: MAJ Jason L. Miles, Jason.miles@tcsc.southcom.mil; phone 011-571-383-2603 Question Submission: Interested Offerors must submit any questions concerning this requirement no later than: 23 Sep 2011 12:00 pm CST or (at the earliest time possible to enable the customer to respond to questions). Domestic Contractors must be registered in the Central Contractor Registration (CCR) data base before an award can be made to them. If the Contractor is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. *All quotes must be received by 26 Sep 2011 9:00 am CST on official company letterhead. The selected Offeror must comply with the following commercial item terms and condition, which are incorporated here by reference: FAR 52.212-1. -- Instructions to Offerors -- Commercial Items.; FAR 52.212-3. -- Offeror Representations and Certifications -- Commercial Items.; FAR 52.212-4. Contract Terms and Conditions -- Commercial Items. FAR 52.212-5. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION); FAR 52.222-50. -- Combating Trafficking in Persons.; FAR 52.223-18. -- Contractor Policy to Ban Text Messaging While Driving.; FAR 52.225-14. -- Inconsistency Between English Version and Translation of Contract.; FAR 52.229-6. -- Taxes -- Foreign Fixed-Price Contracts.; FAR 52.232-18. -- Availability of Funds.; FAR 52.233-3. -- Protest After Award.; FAR 52.233-4. -- Applicable Law for Breach of Contract Claim.; FAR 52.252-1. Solicitation Provisions Incorporated by Reference.; FAR 52.252-2. -- Clauses Incorporated by Reference.; FAR 52.252-6. -- Authorized Deviations in Clauses..DFARS 252.201-7000. Contracting Officer's Representative.; DFARS 252.203-7000. Requirements Relating to Compensation of Former DoD Officials.; DFARS 252.203-7002. Requirement to Inform Employees of Whistleblower Rights. DFARS 212-7000.. Offeror Representations and Certifications--Commercial Items.; DFARS 252.212-7001. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.; DFARS 252.225-7041. Correspondence in English.; DFARS 252.225-7042. Authorization to Perform.; DFARS 252.229-7000. Invoices Exclusive of Taxes or Duties.; DFARS 252.232-7003. Electronic Submission of Payment Requests and Receiving Reports.; DFARS 252.232.7008. Assignment of Claims (Overseas).; DFARS 252.232.7010. Levies on Contract Payments.; DFARS 252.233-7001. Choice of Law (Overseas).; DFARS 252.243-7001. Pricing of Contr
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/481941c5f7a6d0fd45f4e459a9a7d8ad)
 
Place of Performance
Address: MILGP Bogota Colombia * * *
Zip Code: *
 
Record
SN02584538-W 20110922/110920235835-481941c5f7a6d0fd45f4e459a9a7d8ad (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.