|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1996 PSA#1702INL/RM/MS, Department of State, 2430 E Street NW, SA-44 South Bldg,
Washington, DC 20520 23 -- MOTOR VEHICLES SOL 0122-192012. Due 102896. Contact Ruth L
Porter, Contracting Officer, Tel: 202/776-8720 and FAX number
202/776-8775. Motor Vehicles, Sole source to Ford Motor Co or its
certified dealers, One Ford Explorer XL, carryall type passenger van,
4 wheel drive 4X4. Four door sport utility wagon, 5 passenger, 4.OL V6
cyl. gasoline engine with leaded gas conversion, 5 speed manual
transmission, 2 speed electronic transfer case, power steering, power
brakes w/discs & anti lock braking system, dual exterior mirrors,
P225/775R15 Radial tires, full face steel wheels, full size spare
tire/outside mount, chrome package, rear stepbumper with trailer
preparation, air conditioning, deep tinted glass all around and behind
front street, body side moldings, roof luggage rack, radio am/fm
stereo, digital clock tachometer & gauges, center console with armrest
and storage bin, driver's side air bag, passenger's side air bag, dual
reclining bucket seats, sport seats, rear split folding bench seat with
headrests, cloth upholstery, all colors inside and outside considered,
tilt steering, rear window wiper/washer. Motor Vehicles, two Ford
F-350 Four Doors, XL 4X4 crewcab pickup trucks, capacity 6 passengers,
all wheel drive 4X4 7.3 L V8 turbo diesel engine, power stroke engine,
Navistar 210 HP, engine block heater, 130 amp alternator, 2 batteries
84 amp, tachometer, super engine cooling 5 speed manual transmission
H.D., power steering, power brakes front discs, anti lock braking
system rear, dual exterior mirrors, Lt 235/85RX16E all season tires,
full face steel wheels, full size spare tire, HD suspension system, HD
alternator and battery, rear step bumper with trailer preparation,
4.10 mountain transmission rear axle ratio, limited slip differential,
tinted glass, intermit. wiper washer, instruments with fuel level, Oil
temperature & voltmet., bedliner, full width recl bench seat front and
rear, vinyl upholstery, all colors (inside and outside) considered,
all terrain/on-off road tires, towing/mountain ratio, mirrors, camper
style, 390 sq cm, am/fm radio intermittent wipers for windows, skid
plates. The government will make an award to the responsible offeror(s)
whose offer conforms to the solicitation and is most advantageous to
the government (i.e., that which represents the best value to the
government), cost or price and other factors including time period
required for delivery to US Despatch Agency, Miami FL considered. The
combined relative merit of the technical evaluation factors listed
above will be more significant than cost or price factor has no
numerical weight, it is a criterion in the overall evaluation of
proposals. Furthermore, the proposed cost or price must be considered
reasonable and must reflect the proposed technical requirements on the
vehicles. The Government may award a contract to other than the lowest
priced offer. In the event that two or more offers are considered
technically equivalent, the evaluated delivery time required to Miami,
FL and the evaluated cost or price will be of primary importance in
determining the proposal most advantageous to the government. Delivery
period must be at a minimum no greater than 90 days after award,
unless an award is made for a vehicle which must be purchased off the
Manufacturer's assembly factory production line in order to meet the
Government's technical requirements. In that case, the manufacturer's
factory production schedule for the models of vehicles required will be
taken into consideration and a longer time period may be allowed by the
Government for delivery to the US Despatch Agency in Miami, FL. All
responsible sources may submit a proposal which shall be considered by
the agency. (289) Loren Data Corp. http://www.ld.com (SYN# 0148 19961016\23-0001.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|