Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOURCES SOUGHT

23 -- SIU Vehicles

Notice Date
12/8/2016
 
Notice Type
Sources Sought
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
5856274
 
Archive Date
12/28/2016
 
Point of Contact
Peter James Allen, Phone: 7038755334
 
E-Mail Address
allenpj@state.gov
(allenpj@state.gov)
 
Small Business Set-Aside
N/A
 
Description
VEHICLES STATEMENT OF WORK (SOW) 1. GENERAL There is a need of twenty-four (24) new vehicles model 2017 /2018 (eight minivans; eight SUVs and eight pickups “brand-name or equal”) for the Government of Mexico (GOM) to expand Federal Police (FP) Sensitive Investigative Unit (SIU) operations and investigations using the most updated equipment to conduct tactical operations, as part of their investigations into narcotics, illegal weapons, precursors, bulk cash, illegal aliens, contraband, and terrorist breaches. 2. SCOPE Mexico's growing crisis with the illicit drug and weapons trade, and overall transnational crime with associated growing violence, has made it a high priority for the U.S. and Mexico to equip Mexican law enforcement institutions with the latest equipment and training in order to curb these criminal acts in a timely and safe manner. 3. OBJECTIVE With new vehicle donations, the SIU will be able to operate covertly, transport requisite equipment and conduct surveillance more effectively. The requested vehicles will assist the SIU in abating the increasing violence and dismantling the criminal organizations. The contractor shall deliver: eight (8) Chrysler Town & Country Minivans or equivalent; eight (8) Jeep Patriot Limited SUVs or equivalent and eight (8) Chevrolet Silverado 2500 or equivalent vehicles. Contractor shall provide two (2) years of full warranty for each of the requested commencing upon the donation date. The contractor shall also provide technical support, transportation, documentation and all miscellaneous requirements necessary to accomplish the efforts described in this (SOW). It must be ensured that the request meets with the minimum specifications listed in the Technical Requirements (EXHIBIT A, B and C) of this SOW. 4. CONTRACT REQUERIMENTS The contractor’s documentation shall include a detailed coverage proposal, the process for requesting and providing warranty services, and all applicable manufacturer/distributor contact information in Spanish language. 5. DELIVERABLES Time is of essence. The contractor shall ensure meeting the delivery time expected to be 60 days after notification of award contract. If delivery time is not completed during this time frame, the contractor shall include a 10% discount on the final invoice. The contractor will submit delivery plans to the INL COR, Program Officer and Logistics two 2 weeks prior to deliver from acceptance. Contractor shall consider storage of the vehicles within their facilities, for up to four months due to the GOM receiving procedures. Contractor shall pay all costs in bringing the goods to the final destination, in Mexico City, as well as unloading. Contactor shall confirm using a vehicle platform to deliver the goods within PF facilities, in Mexico City, or else offer the best way of delivery to be approved by logistics. The vehicles described shall be procured in Mexico. All shipping documents and other delivery information shall be submitted after award to the POC that INL Receiving will provide. The contractor must comply with all applicable International, U.S., and Mexican Regulations. 6. WARRANTIES The contractor shall provide 2 year warranty applicable in Mexico, meaning that vehicles will be used in Mexican Territory; therefore they will be donated and registered in Mexico under the name of Government of Mexico (GOM), regardless the vehicle’s origin and / o country of purchase. This warranty shall commence on the date of the donation letter and shall include the following: BUMPER TO BUMPER: Defect related to materials or workmanship for repair, replacement and adjustments of any part to include engine, transmission, electric system, cooling system, brake system, steering and suspension. CORROSION PERFORATION: Includes replacement of sheet metal body, doors, hood, trunk lid, fenders, bumpers, hoppers, moldings, handles and hinges. PARTS OR CMPONENTS REPLACED: Must have a warranty of 1 year from the date of replacement. BATTERY: Must have a warranty to cover 100% the first year, 75% for the second year, and 25% for the third year. 7. VAT RECLAMATION The contractor shall follow the invoicing procedures established by INL to allow the US Embassy Mexico to reclaim the IVA/VAT taxes charged. 7.1. All purchases made in Mexico are subject to Value Added Tax (VAT) and must be paid by the Contractor. VAT or “IVA” as it is known in Mexico must be itemized in all invoices. Before the Contractor may impose and collect VAT on its “tax-relief invoices,” the Contractor is required to obtain a VAT Registration Identification Number from the Secretaría de Hacienda y Crédito Público (aka Hacienda). The contractor will provide the necessary invoicing to enable the USG to obtain reimbursement for VAT. This tax relief benefit is extended only to the U.S. Government – not the Contractor – a as a diplomatic privilege. The current tax-relief invoicing requirements are outlined in the paragraphs below. Notwithstanding any other provisions of this contract, in the event the Government of Mexico revises the requirements, the Contractor shall follow the new requirements as soon as the Contractor is notified in writing of the new requirements by the COR and the Contracting Officer. 7.2. The Contractor is responsible for providing the following list of items on every “tax-relief” invoice presented to the U.S. Government for payments associated with the in-country purchases of goods, materials or services required to perform this contract. Every invoice the Contractor delivers to the U.S. Government must be an original. The failure of the Contractor to follow these procedures will result in the U.S. Government’s inability to secure tax relief on this project, resulting in reimbursement being denied to the contractor. Invoices for the in-country purchases described above must not include other charges, such as “work completed” or design costs. Such invoices will list separately or collectively the pre-tax price of any supplies or services provided in country. As is required by local authorities, the Contractor will impose the appropriate tax rate against the pre-tax total of the purchases represented on the tax-relief invoice. The Contractor will submit the invoices associated with such purchases as supporting documentation for its in-country payment request. The USG will only compensate the Contractor for the tax amount provided on such invoices. Excluded from reimbursement: VAT on items such as contractor personnel housing, personal vehicles, utilities, phone charges, per diem, etc. 7.3. THE CONTRACTOR’S TAX-RELIEF INVOICES SHALL PROVIDE ALL OF THE FOLLOWING: a. Contractor’s name and address. b. Contractor’s Federal Tax Registry Number (R.F.C.) (aka Certificate of Fiscal Identification). c. Photo image of Federal Tax Registry card (aka Certificate of Fiscal Identification) on the invoice. d. Invoice number and complete transaction date (month, day, and year). Also, needed is the date and place of issue (lugar y fecha de expedicion). The two dates must be the same. e. Required Legal wording dealing with the illegal reproduction of the document. The printing company information must exhibit the date of printing and official authorization number. f. Customer name – “U.S. Embassy Mexico City” g. Embassy current address: Embajada de los Estados Unidos Avenida Paseo de la Reforma No 305 Colonia Cuauhtemoc 06500 Mexico, D. F. h. U.S. Embassy R.F.C. Number i. Quantity and description of acquired services or merchandise. j. All pricing/totals must be listed in both Mexican Pesos and U.S. Dollars. k. (If applicable) The number and date of customs import documents associated with all sales of imported merchandise. l. Invoice must say “FACTURA.” All invoices (“FACTURAS”) must be presented to the Embassy/COR as an original. If the invoice in not complete, the final amount to be reimbursed will be reduced by Hacienda. 7.4. The tax-relief invoice must be written in English and Spanish versions and all pricing must be in both Mexican Pesos and US Dollars solely for the purpose of tax relief. 7.5. The requirements above apply to all supplies and services purchased in Mexico that are provided to the USG as part of this contract. All IVA documentation must be submitted to the COR for approval and submission to Hacienda on a monthly basis. 8. TECHNICAL REQUIREMENTS The vendor shall ensure requested vehicles meet the minimum technical specifications or equivalent listed below: (EXHIBIT A) TECHNICAL REQUIREMENTS Vehicle Specifications Manufacturer: Chrysler or equivalent -Model: Town & Country Touring 2017 / 2018 or equivalent -Engine Type: -3.6-Liter V6 24-Valve VVT -Transmission: 6-Speed Automatic 62TE Transmission -20-Gallon Fuel Tank Seating Capacity - Standard Seating •Brakes: Disc (front and rear) •Exterior dimensions and capacities or equivalent: -Base Curb Weight - Automatic Trans - 4,652 lb -Overall Body Width - 78.7" -Overall Height - Without Roof Rack - 67.9" -Overall Length - 202.8" -Overhang – Front - 37.8" -Overhang – Rear - 43.8" •Mechanical features: -160-Amp Alternator -730-Amp Maintenance Free Battery -Engine Block Heater -Engine Oil Cooler -Heavy Duty Radiator -Low Washer Fluid Warning Signal -Power Rack-and-Pinion Steering -Touring Suspension •Interior design: -Seating: 2nd/3rd-Row -Power Front Driver and Passenger Seats -Power 2-Way Driver Lumbar Adjust -Second-Row Buckets with Fold-in-Floor Seats •Convenience Features: -115-Volt Auxiliary Power Outlet -12-Volt Auxiliary Power Outlet -12-Volt DC Front and Rear Power Outlets -3-Zone Auto Control Front / Rear Air Conditioning -A-Pillar Passenger Assist Handle -Air Filtering -Analog Clock -Auto-Dimming Rearview Mirror w / Microphone -Electronic Vehicle Information Center -Floor and Cargo Area Carpets -Instrument Cluster with Tachometer -Instrument Panel -Interior Observation Mirror -Leather-Wrapped Shift Knob -Leather-Wrapped Steering Wheel -Rear Air Conditioning with Heater -Right Power Sliding Door •Exterior colors: 2 Bright White Clear Coat, 2 Granite Crystal Metallic, and 2 Cashmere Sandston Pearl. (EXHIBIT B) TECHNICAL REQUIREMENTS Vehicle Specifications Manufacturer: Chrysler or equivalent -Model: Jeep Patriot Limited 4x2 2017/ 2018 or equivalent •Engine Type: 2.4-Liter I4 DOHC 16-Valve Dual VVT Engine •Transmission: 6-Speed Automatic Transmission •Fuel: 13.6-Gallon Fuel Tank -Seating Capacity - 5 -Brake assist •Exterior dimensions and capacities or equivalent: - GVW Rating - 4,435 Pounds - Base Curb Weight - Automatic Trans: 3,211 lb - Overall Body Width: 69.2" - Overall Height: 65.5" - Overall Length: 173.8" - Overhang – Front: 34.7" - Overhang – Rear: 35.1" •Engine 2.0-Liter I4 DOHC 16-Valve Dual VVT Engine Transmission 5-Speed Manual Transmission •Mechanical features: - 120-Amp Alternator - 525-Amp Maintenance Free Battery -Engine Block Heater - Firm Feel Power Steering - Touring Suspension • Interior design -Leather-Trimmed Bucket Seats •Convenience Features -Air Conditioning -115-Volt Auxiliary Power Outlet -12-Volt Auxiliary Power Outlet -Air Filtering -Bright Interior Accents -Driver Seat Height Adjuster -Flat Load Floor Storage -Front Passenger Seat Belt Alert -Full-Length Floor Console -Illuminated Cup Holders -Instrument Cluster with Tachometer -Speed Sensitive Power Door Locks •Exterior colors: 2 Bright White Clear Coat, 2 Billet Silver Metallic, and 2 Granite Crystal Metallic Clear Coat. (EXHIBIT C) TECHNICAL REQUIREMENTS Vehicle Specifications -Manufacturer: Chevrolet or equivalent -Model: Silverado 2500 2017 / 2018 4x4 or equivalent -Engine Type: V6 4.3-Liter -2-Door Rear Wheel Drive, 360 bhp, 380 lb-ft, -Transmission: 6-sp Automatic, 3 -3 passengers, 6-liter, 8-cylinder engine, • Brakes -Brake Type Pwr -Brake ABS System 4-Wheel -Disc - Front -Disc - Rear • Cargo Area Dimensions -Cargo Box Length - Floor 97.76 in -Cargo Box Width - Top, Rear N/A in -Cargo Box Width - Floor N/A in -Cargo Box Width - Wheel housings 51.03 in -Cargo Box (Area) Height 21.22 in -Cargo Volume 76.3 ft³ • Engine -Engine Order Code: L96 -Engine Type: Gas/Ethanol V8 -Displacement: 6.0L/366 -Fuel System: Electronic Fuel Injection -SAE Net Horsepower: RPM 360 @ 5400 -SAE Net Torque: RPM 380 @ 4200 -Engine Oil Cooler: Yes • Exterior Dimensions -Wheelbase: 133.60 in -Length, Overall w/o rear bumper: 224.43 in -Width, Max w/o mirrors: 80.12 in -Height, Overall: 77.80 in -Overhang, Front: N/A in -Overhang, Rear w/o bumper: N/A in -Front Bumper to Back of Cab: 117.10 in -Cab to Axle: 55.16 in -Cab to End of Frame: N/A in -Ground to Top of Load Floor: N/A in -Ground to Top of Frame: N/A in -Frame Width, Rear: N/A in -Ground Clearance, Front: 8.78 in -Ground Clearance, Rear: 8.78 in -Body Length: 0.00 ft -Cab to Body: N/A in • Fuel Tank -Fuel Tank Capacity: Approx 36.0 gal • Interior Dimensions -Passenger: Capacity 3 -Front Head Room: 42.80 in -Front Leg Room: 45.27 in -Front Shoulder Room: 66.03 in -Front Hip Room: 61.22 in • Suspension -Suspension Type - Front Independent -Suspension Type - Rear Multi-Leaf -Spring Capacity - Front 4400 lbs. -Spring Capacity - Rear 6200 lbs. -Axle Type - Front Independent -Axle Type - Rear Semi Floating -Axle Capacity - Front 4400 lbs. -Axle Capacity - Rear 6200 lbs. -Axle Ratio (:1) - Rear 4.10 -Shock Absorber Diameter - Front 51.0 mm -Shock Absorber Diameter - Rear 51.0 mm -Stabilizer Bar Diameter - Front 1.31 in • Transmission Drivetrain: Rear Wheel Drive Trans Order: Code MYD Trans: Type 6 Trans Description: Cont. Automatic • Weight Information Trim Curb Weight- 5717.00 lbs. Base Trim Weight - Front 3216.00 lbs. Base Trim Weight - Rear 2501.00 lbs. Gross Axle Weight Rating - Front 4400 lbs. Gross Axle Weight Rating - Rear 6200 lbs. Curb Weight - Front 3216 lbs. Curb Weight - Rear 2501 lbs. Option Weight - Front 0.00 lbs. Option Weight - Rear 0.00 lbs. Reserve Axle Capacity - Front 1184.00 lbs. Reserve Axle Capacity - Rear 3699.00 lbs. As Spec'd Curb Weight- 5717.00 lbs. As Spec'd Payload 3583.00 lbs. Maximum Payload Capacity - 3583.00 lbs. Gross Combined Weight Rating- 20500 lbs. Gross Axle Weight Rating - 10600.00 lbs. Curb Weight- 5717.00 lbs. Reserve Axle Capacity- 4883.00 lbs. Total Option Weight - 0.00 lbs. Gross Vehicle Weight Rating - 9300.00 lbs. •Exterior colors: 2 Silver ice metallic, 2Slate Grey Metallic, and 2 Brownstone Metallic
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/5856274/listing.html)
 
Place of Performance
Address: US Embassy Mexico City, Avenida de la Reforma No 305, Colonia Cuauhtemoc, 06500 Mexico, D.F., Mexico City, Mexico
 
Record
SN04346705-W 20161210/161208234144-6de64089c8b8263873760e01d4a77577 (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.