SOLICITATION NOTICE
25 -- Passenger Motor Vehicles - Description
- Notice Date
- 9/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441110
— New Car Dealers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 2121129941
- Archive Date
- 10/12/2012
- Point of Contact
- Carlnetta Curry (CON), Phone: 202-324-9011, Garland Crosby, Phone: 202-324-9013
- E-Mail Address
-
carlnetta.curry@ic.fbi.gov, garland.crosby@ic.fbi.gov
(carlnetta.curry@ic.fbi.gov, garland.crosby@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description PART: U.S. GOVERNMENT PROCUREMENT SUBART: SERVICES OFFADD: U.S. Department of Justice, Federal Bureau of Investigation HQ Federal Bureau of Investigation 935 Pennsylvania Ave., NW Washington, D.C. 20535 RFQ #: 2121129941 SUBJECT: PASSENGER MOTOR VEHICLES POC: Carlnetta Curry (CON), Contract Specialist- (202) 324-9011 DESCRIPTON: The Federal Bureau of Investigation (FBI) is hereby issuing this 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; quotes are being requested and a written solicitation will not be issued. This notice, for the purchase of four (4) passenger motor vehicles, consisting of one (1) brand new mid-size sedan, identified hereinafter as VEHICLE A; one (1) brand new full-size sedan, identified hereinafter as VEHICLE B; one (1) compact-size sports utility vehicle, identified hereinafter as VEHICLE C; and one (1) mid-size sports utility vehicle, identified hereinafter as VEHICLE D. PLEASE NOTE: This RFQ is only available to local dealerships whose inventory is located on Guam Island. Award will be made to the dealer (s) with the lowest, technically acceptable price. This synopsis and solicitation is supplemented with the following mandatory minimum requirements for each vehicle: VEHICLE A - four-door body configuration with a conventional trunk or a hinged rear cargo hatch. Can accommodate four adults with a minimum 10 cu. ft. trunk space for luggage, cargo, etc., capacity of having a minimum total combined passenger and luggage volume of 110-120 cu. ft. (3.1-3.4 m 3); all standard features to include: gas engine (unleaded fuel), V6 or larger engine, automatic transmission, power steering, variable intermittent wipers, Rear defogger, Interior air filtration, Air conditioning/heat, Trunk light, tires and wheels, temporary spare tire, AM/FM in-dash single CD player with CD MP3, floor mats, security system; VEHICLE B - four-door body configuration with a conventional trunk or a hinged rear cargo hatch. Can accommodate four adults with minimum 12 cu. ft. trunk space for luggage, cargo, etc., capacity of greater than 3,300 L (120 ft³) of combined passenger and cargo interior volume, all standard features to include: gas engine (unleaded fuel), V6 or larger engine, automatic transmission, variable intermittent wipers, Rear defogger, Interior air filtration, Air conditioning, Trunk light, tires and wheels, temporary spare tire, AM/FM in-dash single CD player with CD MP3, floor mats, security system; VEHICLE C - car-based passenger vehicle that can seat four to six passengers, capacity of SUV measuring under 183.0 inches in length and over 64.4 inches in height, spacious cargo bay, V6 or larger engine, automatic transmission, minimum towing capacity 1500lbs, four-wheel drive or all-wheel drive, comparable tires and wheels, temporary spare tire, AM/FM in-dash single CD player with CD MP3, floor mats, security system, Rear defogger, Interior air filtration, Air conditioning; VEHICLE D - truck-based passenger vehicle that can seat five to nine passengers, measuring between 183.0 and 200.0 inches in length and standing over 64.4 inches in height, spacious cargo bay, V6 or larger engine, automatic transmission, minimum towing capacity of 2500lbs, four-wheel drive or all-wheel drive, comparable tires and wheels, temporary spare tire, AM/FM in-dash single CD player with CD MP3, floor mats, security system, Rear defogger, Interior air filtration, Air conditioning, interior lighting NAICS code: 441110, with small business standard size of $29,000,000.00 BIDDING: All interested parties, on the island of Guam, that are willing and able to offer one or more of the vehicles listed in this requirement, with a pickup on or before October 15, 2012, must submit a Firm-Fixed Price quote along with vehicle specs offered, by Noon (EST) on September 27, 2012. All quotes must identify the vehicle as stated in the description above, as well as by Make and Model, and include: the numerical price offering, INCLUSIVE of miscellaneous registration expenses; warranty information available; vehicle mileage; and a completed and signed Standard Form 1449 (please click here or copy and paste the link into your browser to download the form: http://www.acq.osd.mil/dpap/ccap/cc/jcchb/Files/FormsPubsRegs/forms/sf1449_e.pdf ). Offers must be emailed to the Contracting Specialist (Carlnetta.curry@ic.fbi.gov), with a courtesy copy to the Mr. Garland Crosby (garland.crosby@ic.fbi.gov) on or before the time and dated specified above. The Government reserves the right to purchase these vehicles, in any combination, including from more than one dealership. This synopsis and solicitation document, along with all incorporated provisions clauses are incorporated by reference and apply to this acquisitions: 52.212-1 Instructions to Offerors-Commercial Items FEB 2012 52.212-2 Evaluation-Commercial Items JAN 1999 52.212-3 Offeror Representations and Certifications-Commercial Items APR 2012 52.212-4 Contract Terms and Conditions-Commercial Items FEB 2012 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items AUG 2012 52.204-7 Central Contractor Registration APR 2008 Full text of all clauses can be found at: https://www.acquisition.gov/far/html/52_200_206.html EVALUATION: Offerors will be evaluated in accordance with FAR 52.212-2. The following factors shall be used to evaluate offers, listed in order of precedence: 1. Technical ability to meet the requirement, 2. the price offered 3. Shipping/delivery cost. Each offer should include a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items. OTHER: This is a 100% Small Business set-aside. Offerors must be registered in the Contractor Central Registration (CCR) in accordance with FAR clause 52.204-7 in order to qualify for contract award. This acquisition is being conducted by Carlnetta Curry (CON), Contract Specialist. All questions pertaining to this solicitation must be addressed to the Contract Specialist via email at carlnetta.curry@ic.fbi.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/2121129941/listing.html)
- Place of Performance
- Address: First Hawaiian Bank Building, Maite Branch, 400 Route 8, Suite 402, Maite, Non-U.S., 96910, Guam
- Record
- SN02891781-W 20120922/120921001330-5564366fde2798edd11ce8d58ebfc9b1 (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 |