Federal Bid

Last Updated on 21 Jun 2014 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Hyunai i10 Ecuador

Solicitation ID SWHARC14Q0045
Posted Date 22 May 2014 at 4 PM
Archive Date 21 Jun 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Florida Regional Center
Agency Department Of State
Location Ecuador

Synopsis

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued.

1. DESCRIPTION

1.1. The U.S. Department of State, Bureau of International Narcotics and Law Enforcement (INL) U.S. Embassy Quito, Ecuador, has a requirement for the purchase of Hyundai i10’s described below.

1.2. The NAICS code applicable to this acquisition is 336111. The corresponding size standard is 1,000 employees. This acquisition is unrestricted.

2. REQUIRED ITEMS:

 

In accordance with the attached justification only brand name items are acceptable.

 

CLIN 001: Hyundai I 10, Sedans  – 40 EA.

Item

Minimum Requirements

 

VEHICLE TYPE AND TRACTION

SEDAN’s  4 door, mid-size, 5 people capacity, either front or rear traction

 

 

TRANSMISSION

Manual, minimum of 4 gears; Clutch: Mechanic or Hydraulic

 

FUEL TYPE

Gasoline

 

FUEL CAPACITY

Fuel capacity: approx. 45 liters

 

ENGINE

Min. 100 horsepower gasoline engine

 

 

BRAKES

Front brakes: disc

Rear brakes: disc or drum

 

GROUND CLEARANCE

Minimum 5 inches

SUSPENSION

Could be front and rear independent with coil-over- shock and stabilizer bar

AIR CONDITIONING

Yes

RADIO

Yes

WINDOWS

ELECTRIC

SEATING

Driver and three passengers; seat belts: for driver and 1 passenger (front seat belts); vinyl (cloth with vinyl seat covers may be considered if vinyl is unavailable)

       

 

Only quote new vehicles 2013, 2014 or 2015

3. DELIVERY INFORMATION

3.1. REQUIRED DELIVERY DATE: No later than July 15, 2014.

3.2. DELIVERY TERMS: FOB Destination. Partial shipments are not allowed unless otherwise authorized in writing by the US Department of State Contracting Officer. The contractor shall deliver all vehicles to the following location:

 

            American Embassy Quito

            AV Guayacanes N52-205Y AV Avigiras

            Quito, Ecuador

            Attn: Kevin O’Connor and/or Monica Villacreces 593-2398-5584/5311

 

The items being acquired will be donated to the government of Ecuador. All vehicles must be imported/purchased duty free.


3.3. PACKING AND MARKING REQUIREMENTS:

 

Improperly marked shipments will be rejected by the Government and returned at the Contractor’s expense.

 

The awardee must contact the local dealership in order for the dealer to provide the U.S. Embassy with the documentation Concesionarios (attachment A). Once that documentation is received by the USG from the dealership, the Embassy can process the free entry decree with the Host Government.

 

The awardee is responsible for providing Form 06-IVM (attachment B) for each vehicle in order for the U.S. Embassy to obtain the code assigned by the Ecuadorian IRS for the importation of the vehicle.

 

Once this process is complete, the dealership can start the custom’s clearance process and deliver the vehicles.

 

4. EXPORT RESTRICTIONS

 

4.1. The Contractor shall comply with all U.S. export control laws and regulations, including but not limited to the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract.

 

4.2. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance.

 

4.3. The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed in Ecuador where the foreign person will have access to export-controlled technical data or software.

 

4.4. The Contractor shall be responsible for all regulatory recordkeeping requirements associated with the use of licenses and license exemptions/exceptions.

 

4.5. The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors.

 

4.6. Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations.

 

5. EVALUATION OF QUOTATIONS:

5.1. Award will be made to the lowest priced-technically acceptable quoter who submits a quotation that is responsive to combined synopsis/solicitation requirements. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price.

 

5.2. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1.

 

5.3. To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102.

 

5.4. To be considered for award, the contractor must have experience and show that they have imported/purchased vehicles duty free in Ecuador.

5.5. Award will be on an “all or none” basis.


6. QUOTATION MUST INCLUDE THE FOLLOWING:

6.1. PRICE: unit and extended prices, inclusive of delivery charges.

 

6.2. DELIVERY INFORMATION: Propose assurance that the delivery date will be met and that you have a complete understanding of the attachments.

6.3. DESCRIPTION: Description of the proposed items; product literature may be provided. Include a description of applicable warranty terms and ability to maintain the vehicles and warranty in country.

6.4. COMPANY INFORMATION: Include company name, address, website (if available), telephone number, and POC information. Include DUNS number and statement that the company is registered in SAM.

6.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3 and 52.209-7) or statement that the certifications are available in SAM (www.sam.gov).

6.6. PAST PERFORMANCE: A list of contracts performed within five (5) years from the date of this posting for the provision of comparable vehicle purchases to federal, state, and local government or commercial customers. The list shall include contact information (name, organization, email, and phone) and be limited to no more than five (5) references.

 


7. ADDITIONAL INFORMATION AND REQUIREMENTS:

 

7.1. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number SWHARC14Q0044 is issued as an RFQ under subpart 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-72.

 

7.2. This RFQ incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. 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.

 

Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause or provision may be accessed electronically at these addresses:

FAR clauses/provisions may be accessed at: 
http://acquisition.gov/far/index.html

 

DOSAR clauses/provisions may be accessed at:  http://www.statebuy.state.gov/dosar/dosartoc.htm

 

These addresses are subject to change. You may also use an Internet “search engine” (e.g., Yahoo, Google, etc.) to obtain the latest location of the most current FAR and DOSAR.


7.2.1. The following FAR clauses and provisions are incorporated by reference.

52.203-3, Gratuities

 

52.203-12, Limitation on Payments to Influence Certain Federal Transactions

 

52.209-7, Information Regarding Responsibility Matters

 

52.212-1, Instructions to Offerors – Commercial Items

52.212-3, Offeror Representations and Certifications – Commercial Items

 

Fill-in paragraph i(1): Electronics – China

52.212-4, Contract Terms and Conditions – Commercial Items

 

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items

 

The following clauses are selected under paragraph (b):

 

52.203-6, Restrictions on Subcontractor Sales to the Government;

 

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;

 

52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;

 

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters;

 

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;

 

52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns;

 

52.222-3, Convict Labor;

 

52.222-19, Child Labor—Cooperation with Authorities and Remedies;

 

52.222-21, Prohibition of Segregated Facilities;

 

52.222-26, Equal Opportunity;

 

52.222-36, Affirmative Action for Workers with Disabilities;

 

52.222-40, Notification of Employee Rights Under the National Labor Relations Act;

 

52.223-15, Energy Efficiency in Energy-Consuming Products;

 

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving;

 

52.225-5, Trade Agreements

 

52.225-13, Restrictions on Certain Foreign Purchases;

 

52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration; and

 

52.239-1, Privacy or Security Safeguards

 

52.214-34, Submission of Offers in the English Language

 

52.214-35, Submission of Offers in U.S. Currency

 

52.227-14, Rights in Data – General

 

52.227-19, Commercial Computer Software License

 

52.229-6, Taxes -- Foreign Fixed-Price Contracts

 

7.2.2. The following DOSAR clauses and provisions are incorporated by reference.

652.206-70, Competition Advocate/Ombudsman (AUG 1999) (DEVIATION)

 

652.225-70, Arab League Boycott of Israel (AUG 1999)

 

652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999)

 

652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988)

 

652.242-71, Notice of Shipments (JUL 1988)

 

652.242-72, Shipping Instructions (DEC 1994)

 

652.242-73, Authorization and Performance (AUG 1999)

652.243-70, Notices (AUG 1999)

8. QUOTATION DUE DATE:

Quotations are due by the date and time stated on the FedBizOpps website. Quotations must be submitted by attaching the quotation to an email to [email protected] with the subject line with the RFQ number.   

9. AWARD TYPE:

The Government will award a firm-fixed-price purchase order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.

Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Location Unknown 13 Jul 2011 at 3 PM
Maryland Not Specified
Location Unknown Not Specified
Location Unknown 28 Sep 2009 at 2 PM

Similar Opportunities

Colorado 26 Jul 2025 at 4 AM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)
Oklahoma 28 Jul 2025 at 4 AM (estimated)
Oklahoma 28 Jul 2025 at 4 AM (estimated)
Arizona 01 Aug 2025 at 3 PM