SOLICITATION NOTICE
23 -- HEAVY DUTY VEHICLE FOR VOA MOSCOW CORRESPONDENT BUREAU
- Notice Date
- 8/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423110
— Automobile and Other Motor Vehicle Merchant Wholesalers
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, VOA Moscow Bureau, Malaya Dmitrovka 20, 5th Floor, Moscow, Russia 127006, Moscow, Non-U.S., Russian Federation
- ZIP Code
- 00000
- Solicitation Number
- BBG90-Q-14-MOSCOW-001
- Archive Date
- 9/27/2014
- Point of Contact
- Daniel Schearf,
- E-Mail Address
-
dschearf@voanews.com
(dschearf@voanews.com)
- Small Business Set-Aside
- N/A
- Description
- (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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. (ii) The solicitation number is BBG90-Q-14-MOSCOW-001. This acquisition is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-076 dated August 25, 2014. (iv) The associated North American Industry Classification Systems (NAICS) code for this acquisition is 423110 with a small business size standard of 100 employees. (v) The Broadcasting Board of Governors (BBG), Voice of America (VOA) Moscow Correspondent Bureau requests responses from qualified sources capable of providing the below. The offeror may submit a Firm Fixed Price quote for the following contract line items (CLINs): CLIN 0001: Vehicle, new, the intelligent all-wheel drive, anti-lock brakes (ABS), Electronic Stability AdvanceTrac, including a system to prevent tipping (RSC), Hill-start assist uphill (HSA), Power Steering, Independent front and rear suspension, 5-seater saloon, air conditioning. This vehicle will require a local warranty. QUANTITY: 1 EACH, Price: ____________. All prices are in U.S. Dollars. CLIN 0002: Value Added Tax (VAT), custom and duties for import of a vehicle for non-diplomatic bureau. Price: ________________. All prices are in U.S. Dollars. CLIN 0003: All responses should include trade in of current vehicle, 2001 Jeep, against the purchase price of new vehicle. Current condition of 2001 Jeep is poor. Quantity: 1 EACH, Price______________. All prices are in US Dollars. (vi) Vehicle must withstand riot situations or crashes and have the ability to get into, and out of, difficult physical situations in rural areas. It is mandatory this vehicle can be serviced on the local market in Moscow, Russia. Original equipment manufactured (OEM) parts shall be readily available throughout Russia. The price shall include all labor, materials, overhead, profit, and transportation necessary to deliver the required items to VOA Moscow Correspondent Bureau. (vii) Deliver all ordered items to the VOA Moscow Bureau, Malaya Dmitrovka 20, 5th Floor, Moscow Russia, 127006, 15 days after date of contract purchase order award. This includes clearing the vehicle through Russian customs. (viii) The Federal Acquisition Regulation (FAR) provision, FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full-text of FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. (ix) The Government will award a Commercial Items, Firm-Fixed-Price purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ based on the lowest price. We intend to award a purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. As follows, are the Evaluation Factors: • Award will be made to the lowest priced, acceptable, responsible bidder. The bidder shall submit a completed quotation. • The Government reserves the right to reject quotations that are unreasonably low or high in price. • The lowest price will be determined by adding the offered prices, and arriving at a grand total. • The Government will determine bidder acceptability will be determined by assessing the bidder's compliance with the terms of the RFQ. • The Government will determine bidder responsibility by analyzing whether the apparent successful bidder complies with the requirements of FAR 9.1, including: *adequate financial resources or the ability to obtain them; *ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; *satisfactory record of integrity and business ethics; *necessary organization, experience, and skills or the ability to obtain them; *necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Quotation must also include contractor name and address, contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause are incorporated by reference. The addendum is as follows: (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-50 Combating Trafficking in Persons (Alternate I); 52.223-18 Contractor Policy to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (31 U.S.C. 3332); and 52.233-4 Applicable Law of Breach of Contract Claim (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.204-12 Data Universal Numbering System Number Maintenance; 52.204-13 System for Award Management Maintenance 52.225-14 Inconsistency Between English Version and Translation of Contract; and 52.252-1 -Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Questions must be submitted in writing and only via email to Daniel Schearf at DSCHEARF@VOANEWS.COM. Written questions must be submitted before 12:00 p.m. Eastern Daylight Time on September 5, 2014. Responses to questions will be posted to FedbizOps by close of business on September 9, 2014. Quotations shall be in writing and must be signed by an official who is authorized to bind the organization. Oral quotations will not be accepted. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). ALL PRICE QUOTATIONS MAY MUST BE SUBMITTED ELECTRONICALLY TO DSCHEARF@VOANEWS.COM OR HANDELIVERED BEFORE THE CLOSING DEADLINE BELOW to Daniel Schearf, Contracting Officer, VOA Moscow Correspondent Bureau, Voice of America, Broadcasting Board of Governors. CLOSING DEADLINE is before 12:00 p.m. Eastern Daylight Time on September 12, 2014. (xvi) Contact: Daniel Schearf, Contracting Officer, email: DSCHEARF@VOANEWS.COM. All responsible sources may submit a quote that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d11ebde6595ae34af2a2e43b044c194f)
- Place of Performance
- Address: VOA Moscow Bureau, Malaya Dmitrovka 20, 5th Floor, Moscow Russia, 127006, Russian Federation
- Record
- SN03483583-W 20140829/140828022811-d11ebde6595ae34af2a2e43b044c194f (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 |