
American Embassy, New Delhi, India Shanti Path, Chanakyapuri, New Delhi-110021 Phone No. 91-11-24l98728 Fax No. 91-11-24l98278 Solicitation No. S-IN650-17-Q-0019 Date: 27 December 2016 Name & address of Offeror Issued by: GSO/Contracting You are invited to submit your competitive quote for “Light Transport Truck” as per specification provided in “Annexure-A”. Please submit your quote via email at [email protected] no later than 1700 hours on 5th January 2017. Offers submitted on any other e-mail shall not be considered for further evaluation. Please ensure quoted product specification meet or equivalent as per requirement listed in Annexure-A. The Offeror must write their name, address and contact phone number on each page. The Contracting Officer shall provide additional information and/or clarifications concerning this solicitation. Goods - Description 1. Supply of “Light Transport Truck” as per specifications in Annexure-A. Qty – 1 no. Cost Break Up A) Vehicle Basic Cost ____________ B) Offshore Suppliers/Local Suppliers quoting for Imported Vehicle Freight and Insurance up to Indian Customs at New Delhi, India ____________ (Custom Clearance and transportation from Indian Customs is in Embassy’s scope) C) Local supplier quoting for locally manufactured vehicle C1) Excise duty % and amount (if applicable) ____________ C2) Central Sales Tax (CST) (If applicable) ____________ C3) Delhi VAT (if applicable) ____________ C4) Freight delivered at American Embassy, New Delhi ____________ C5) Unloading at American Embassy, New Delhi ____________ Total Cost for Offshore Suppliers/Local Suppliers quoting for Imported Vehicle (A+B) ____________ Total Cost for local supplier quoting for locally manufactured vehicle (A+C) ____________ IMPORTANT INSTRUCTIONS FOR OFFER SUBMISSION: Currency of offer submission: All offshore offerors must submit their quote in United States Dollars (USD $). Local offerors must submit their offers in Indian Rupees (INR). This will be a firm fixed price Contract with no additional charges for currency fluctuation. Mandatory documents for submission along with offer: Technical catalogue/data sheet of the offered product along with your offer List of clients along with their contact details where you have supplied similar type of vehicles. Delivery time. Other Requirement: DUNS number of your company and Proof of being registered on SAM (System for Award Management). If not already registered offeror must initiate the process of obtaining DUNS number and registration with SAM. VAT (for local suppliers within Delhi): If VAT is applicable than in order to enable the U S Government to claim VAT refunds, the offeror shall indicate VAT separately. The supplier shall furnish tax invoice in accordance with New Delhi VAT regulations. Custom Duty: US Embassy is exempt from custom duty, relevant exemption Documents for the same will be provided. Excise Duty and Central Sales Tax (CST) (for Indian vendors supplying vehicles from their works within India): American Embassy is exempt from Excise Duty and Central Sales Tax (CST). Relevant exemption Documents for the same will be provided by Embassy. Although Embassy is exempted to pay Excise Duty and Central Sales Tax (CST) but kindly submit your offer clearly giving break-up of Excise Duty and CST. Evaluation Factors: Award will be made to the “Lowest Price Technically Acceptable” offer. The U. S. Government reserves the right to reject any offer that is unreasonably low or high. Record of Satisfactory Past performance. Terms and Conditions: If your proposal/ offer are accepted, American Embassy will issue a U S Government purchase order. American Embassy does not make advance payment. Payment terms: Payment thru EFT within 30 days of receipt of vehicle with proper invoice at American Embassy, New Delhi. For any technical queries kindly e-mail at [email protected], [email protected] by/before 3rd January 2017, 1400 hrs. The answers to the queries will be shared with all prospective bidders. Any query received after 3rd January 2017 will not be entertained. If any offer is received late, accepting or rejecting the offer shall be at the sole discretion of the Contracting Officer (CO) The offer should be submitted electronically no later than 1700 hours on 5th January 2017 at – [email protected] with subject line RFQ Number S-IN650-17-Q-0019 for Purchase of Light Transport Truck. Please do not submit your quotations via courier. Quotations submitted at any other email id and after the due date and time given shall be dealt with in accordance with the procedures in FAR provision 52.212-1(f). Important: The Embassy reserves the right to reject any or all offers and to delete any portion/or items of the solicitation. Your offer should be valid for at least 90 days from the submission date. Once the Purchase Order is awarded, the prices shall hold good till the delivery is complete. Name of the Offeror_________________________________ Signature ____________________Dated_________________ Telephone & FAX #_________________________________ Email Id: __________________________________________ ANNEXURE-A SPECIFICATIONS Right or Left Hand Drive Right Hand Tata LPT 407 EX2 or equivalent model of any Desired Make and Model brand/make 2-Wheel or 4-Wheel Drive 4 x 2 Type Cab 1+2 Seat Number Doors 2 Doors Required minimum wheelbase 3400 mm Payload 3800 Kg Type Engine Diesel Engine Size 4 Cylinder Engine size - State displacement or KWH/PS. 2900 CC Type of Transmission 5 speed Manual Emission Norms BS-IV Length - 4270 mm Cargo Dimensions Width - 2140 mm Height - 2140 mm Chassis with Cabin. Closed Type Cargo Area Metal Box with checker plate. Back door - Complete. Preferred Exterior Color White Cabin Grey/Closed Body Preferred Interior Color White Bench or Bucket Seats Bench Foldable, Vinyl or Cloth Seats Leather Seat Air Conditioning Yes, Tinted Glass No Remote Locking No Heated Mirrors No Heated Seats No Side Airbags No Front Airbags No Spare Tire Full Size, Tool Box Standard as per manufacturer's standard ANNEXURE – B CLAUSES FOR PURCHASE ORDERS AND BLANKET PURCHASE AGREEMENTS AWARDED BY OVERSEAS CONTRACTING ACTIVITIES (Current thru FAC 2005-75-83) COMMERCIAL ITEMS 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far Referenced DOSAR clauses can be obtained from the following link: http://www.statebuy.state.gov/dosar/dosartoc.htm FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES NUMBER TITLE DATE 52.204-9 Personal Identity Verification of Contractor Personnel (if JAN 2011 contractor requires physical access to a federally-controlled facility or access to a Federal information system) 52.212-4 Contract Terms and Conditions – Commercial Items MAY 2015 (Alternate I (MAY 2014) of 52.212-4 applies if the order is time-and-materials or labor-hour) 52.225-19 Contractor Personnel in a Diplomatic or Consular Mission MAR 2008 Outside the United States (applies to services at danger pay posts only) 52.227-19 Commercial Computer Software License (if order is for DEC 2007 software) 52.228-3 Workers’ Compensation Insurance (Defense Base Act) (if JUL 2014 order is for services and contractor employees are covered by Defense Base Act insurance) 52.228-4 Workers’ Compensation and War-Hazard Insurance (if order APR 1984 is for services and contractor employees are not covered by Defense Base Act insurance) The following clause is provided in full text: 52.212-4 Contract Terms and Conditions—Commercial Items. (May 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract
Details
-
File Typepdf
-
Upload Time-
-
Content LanguagesEnglish
-
Upload UserAnonymous/Not logged-in
-
File Pages13 Page
-
File Size-