Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1999 PSA#2403

Directorate Of Contracting, US Army Garrison, Hawaii, ATTN: APVG-GKL, Fort Shafter, HI 96858-5025

23 -- VEHICLES FOR RECOVERY OPERATIONS, DEMOCRATIC PEOPLE'S REPUBLIC OF KOREA SOL DAPC50-99-R-6029 DUE 081999 POC Contract Specialist, M. Ginoza (808) 438-6535 X 191 FAX (808) 438-6544 This is a combined synopsis/solicitation for commercial (coml) 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; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. DAPC50-99-R-6029 is issued as a request for proposal (RFP) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-3. This procurement is issued on an unrestricted basis. For informational purposes, standard industrial classification code for small business is 5511 with size standard of $21 million. CONTRACT LINE ITEMS: Following abbreviation is used: EA=each. Proposal shall show unit price and extended amount for each CLIN. CLIN 0001 -- Purchase of new 1998 Nissan Patrol Jeeps, four-wheel drive, automatic transmission, air conditioning, AM/FM stereo radio with cassette player, steering wheel on left side, with full tank of fuel (price includes all freight, delivery, customs, and miscellaneous charges), 8 EA. CLIN 0002 Logo (US Army CILHI), to be stenciled on the hood and sides of both front doors of each vehicle. Approximate size of logo is 18"x24". (Copy of logo to be provided upon award), 8 EA. DESCRIPTION: 1. Contractor shall deliver the eight Nissan Patrol jeeps described in CLIN 0001 and logo applied as described in CLIN 0002 to Nampo, Democratic Peoples Republic of Korea (DPRK), no later than September 15, 1999. Acceptance will be at destination by a CILHI representative. 2. Contractor shall submit prepared DD 250 to the Government upon completion of delivery of the eight vehicles to Nampo and accepted by the Government. Contractor shall attach invoice to the DD 250. REQUIRED DELIVERY DATE/PLACE OF DELIVERY AND ACCEPTANCE: Vehicles shall be delivered no later than September 15, 1999 to Nampo, Democratic People's Republic of Korea (DPRK). Contractor shall coordinate with CPT Jeffrey Price, ph (808) 448-4753 or Ms Chris Phillips, (808) 448-3963 prior to delivery. Acceptance will be at destination by a CILHI representative. The provision at FAR 52.212-1, Instructions to Offerors-Coml Items, applies. FAR 52.212-2, Evaluation -- Coml Items, will apply. The Govt will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Govt, price and other factors considered. Evaluation factors are: (1) technical capability to meet the Govt requirement (ii) past performance and (iii) price. Technical and past performance, when combined, are equal when compared to price. Technical proposal shall include actions/time frame contractor will take to insure vehicles are delivered no later than September 15, 1999. Past performance shall include info on similar or current contracts with Govt agencies. Include contract no., organization, description, dollar amount, point of contact, phone/fax nos. Price proposal shall show cost breakdown for vehicles, to include freight, custom, shipping charges, delivery and miscellaneous charges. If offeror is a U.S. business, a copy of the foreign accounts control license issued by U.S. Treasury Dept (authorization to do business in DPRK) shall be included with proposal. Offerors must include with its offer a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000,, Offeror Representations and Certifications-Coml Items. FAR 52.212-4, Contract Terms and Conditions-Coml Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Coml Items applies and includes: 52.203-6 Restrictions on Subcontractor Sales to the Govt with Alternate I; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.222-26 Equal Opportunity. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Coml Items applies and includes 252.225-7007, Trade Agreements, 252.225-7012, Preference for Certain Domestic Commodities; 252.247-7024 Notification of Transportation of Supplies by Sea. Other FAR/DFARS clauses/provisions applicable: 252.201-7000 Contracting Officer's Representative; 252.203-3 Gratuities; 52.204-4 Printing/Copying Double-sided on Recycled Paper; 52.204-6 Contractor Identification Number-Data Universal Numbering System (DUNS) Number; 252.204-7001 Coml and Govt Entity (CAGE) Code Reporting; 252.209-7001 Disclosure of Ownership or Control by the Govt of a Terrorist Country; 52.233-2 Service of Protest; 52.225-11 Restrictions on Certain Foreign Purchases; 252.225-7006 Buy American Act-Trade Agreements-Balance of Payments Program Certificate; 52.232-15, Progress Payments Not Included; 52.232-17 Interest; 52.232-33 Mandatory Information for Electronic Funds Transfer Payment; 52.242-13 Bankruptcy; 52.237-34, F.O.B. Destination. Proposals may be faxed to (808) 438-6563 or mailed/handcarried to Directorate of Contracting, ATTN: APVG-GKC, Bldg 520 (Basement), Ft Shafter, HI 96858-5025 NLT 4:00 p.m., Hawaii Standard Time, August 19, 1999. Faxed proposals shall be followed by original signed documents in the mail. All responsible sources may submit an offer. For information regarding this solicitation or requests for copies of the provisions, contact Marge Ginoza, at (808) 438-6535, ext 191, or fax (808) 438-6544. Posted 08/03/99 (W-SN362419). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0268 19990805\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page