Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2024 SAM #8137
SOLICITATION NOTICE

23 -- Thirty (30) Large 4x4 SUVs

Notice Date
3/6/2024 4:55:32 AM
 
Notice Type
Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-24-R-2037
 
Response Due
4/7/2024 5:00:00 AM
 
Archive Date
04/22/2024
 
Point of Contact
Mohamad El Masri, Linda Matos
 
E-Mail Address
mohamad.a.elmasri.civ@army.mil, linda.a.matos.civ@army.mil
(mohamad.a.elmasri.civ@army.mil, linda.a.matos.civ@army.mil)
 
Description
Request for Proposals (RFP) for Large SUV Vehicles W519TC-24-R-2037 This is a combined Synopsis/Solicitation for commercial items prepared in accordance with FAR (Federal Acquisition Regulation) Part 13 in conjunction FAR Part 12, as supplemented with additional information in this notice. This announcement constitutes the only Combined Synopsis/Solicitation requested, and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the FAR. All responsible sources may submit a proposal. The North American Industry Classification System (NAICS) code is 423110, �Automobile and Other Motor Vehicle Merchant Wholesalers.� Offerors must be registered in the Central Contractor Registration (SAM) at http://www.sam.gov, to be considered for award. This Combined Synopsis/Solicitation is issued as a Request for Proposals (RFP). The award will be Firm Fixed Price (FFP). The United States (U.S) Army Contracting Command � Rock Island (ACC-RI) on behalf of Office of the Program Manager (OPM) � Saudi Arabian National Guard (SANG) is seeking proposals from qualified vendors for the supply of thirty (30) large SUVs with specific technical requirements. The purpose of this RFP is to procure vehicles that meet OPM-SANG�s operational needs while ensuring safety, reliability, and value for money. This Request for Proposals (RFP) is issued and intended for award. This RFP is to be construed as a formal solicitation on behalf of the U.S Government to acquire thirty (30) large 4X4 SUVs under a Foreign Military Sales (FMS) case which supports the Saudi Arabia Ministry of National Guard (MNG). The Vehicles shall meet the following minimum specifications: Vehicle Weight: 5300-7000 Pounds. Engine: 8 Cylinders V8 Engine. Airbags: At least 7 Airbags. Traction System: Traction select system. Camera System: Equipped with a camera system for enhanced visibility. Drive Type: 4X4. Safety Features: Forward Collison alert, pedestrian braking, following distance indicator, front automatic emergency braking, cruise control, reverse automatic braking. Delivery of the vehicles shall be to Riyadh, Kingdom of Saudi Arabia There are no restrictions for offerors located in the United States of America For offerors located in KSA, you are required to provide documentation of your Company�s Commercial Registration and you General Authority for Zakat and Tax Certificate. You are also required to submit your proposal in SAR, and you shall provide the pricing for the 15% Saudi Arabian Value Added Tax (VAT) All offerors must be able to deliver the vehicles within forty-five (45) days after receiving the award. Any information provided to the Government is strictly voluntary and to be provided at no cost to the Government. Questions are due via email to the Contract Specialist at mohamad.a.elmasri.civ@army.mil with RFP #W519TC-24-R-2037 in the subject line by 11:59 SAST� 24 MAR 2024. The Q&A will be posted once all questions are answered by the customer and the contracting office.� Point of contacts for this solicitation are: Contract Specialist: Mohamad El Masri at�mohamad.a.elmasri.civ@army.mil Contracting Officer: Linda Matos at linda.a.matos.civ@army.mil The provisions and clauses, which are incorporated herein by reference or full text, apply to this acquisition: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-5 Covenant Against Contingent Fees FAR 52.203-6 Restrictions on Subcontractor Sales To The Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity 52.203-10 Price or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation on Payments To Influence Certain Federal Transactions FAR 52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier FAR 52.204-7 System for Award Management. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services Representation. FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed for Debarment. FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors - Commercial Items. FAR 52.212-2 Evaluation- Commercial Items. Specifically (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Note: Proposals will be evaluated for technical acceptability but not ranked. The award will be made to the lowest priced offeror whose proposal is technically acceptable. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. FAR 52.212-4 Contract Terms and Conditions. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.216-24 Limitation of Government Liability FAR 52.217-8 Option to Extend Services FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text messaging While Driving. FAR 52.222-3 Convict Labor. FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification. FAR 52.228-3 WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) FAR 52.232-1 Payments. FAR 52.233-2 Service of Protest. FAR 52.233-4 Applicable Law for Breach of Contract Claim 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7006 Billing Instructions. DFARS 252.204-7008 Export-Controlled Items. DFARS 252.225-7041 Correspondence in English. DFARS 252.209-7001 Disclosure of Ownership or Control by a Foreign Government. DFARS 252.225-7041 Correspondence in English DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3fae8802634e4cd4935e87c12337043a/view)
 
Place of Performance
Address: Riyadh, SAU
Country: SAU
 
Record
SN06987790-F 20240308/240306230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.