Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2004 FBO #0868
SOLICITATION NOTICE

22 -- LPG Railway Wagons

Notice Date
4/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0161
 
Response Due
4/26/2004
 
Archive Date
5/11/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9216, - Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
 
E-Mail Address
walters@orha.centcom.mil, troncosom@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-0161, is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 336999. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for forty-four (44) each Liquid Petroleum Gas (LPG) Wagons. Contract Line Item (CLIN) 0001 must be delivered 180 days ARO via rail to Rabiya, Iraq (grid zone coordinates: 38S KF 100 780). Description and specification requirements are: CLIN 0001 ? Liquid Petroleum Gas Wagons, 44 Each $_______ $_____________. Statement of Work (SOW) ? 1.) SCOPE. This SOW defines the effort required for the fabrication and test of Liquid Petroleum Gas Wagons (LPG) for the Iraqi Rail System. The acquisition includes the fabrication, operational testing, standards verification, and delivery necessary to provide the end-user a product that meets or exceeds acquisition package requirements. 1.1) Background. Liquid Petroleum Gas Wagons, tanks designed to carry compressed gases in a liquid state over rail, are required for infrastructure support for heating and fuel. The LPG specification is a commercial design based on performance criteria herein and the RIV Agreement in the UIC. Standard manufacturers warranty is required. 2.) Applicable Documents. The following documents are applicable to this SOW. 2.1) Non-Government standards and other publications. 2.1.1) Copies of the RIV (freight vehicles) and RID (passenger vehic1es)Agreements of the UIC (International Union of Railways) can be obtained by post: UIC, Bureau RIV RIC, 16 Rue Jean Rey, 75015 Paris, France; by email: public@uic.asso.fr; by FAX: +33(0)1 44 49 21 89. 3.) REQUIREMENTS. 3.1) General. The work required by this contract shall be performed in accordance with the attached Line Item sheet and this SOW performance specification. 3.1.1) The contractor shall fabricate and test the Liquid Petroleum Gas Wagons to meet the performance criteria specified herein, UIC Standards and in accordance with the detailed requirements in paragraph 3.2.1 below. 3.1.2) The contractor will provide a one year maintenance agreement that will include parts and labor and manuals supporting a sustainability periodic maintenance. A detailed list of the required tools and equipment necessary to carry out preventative and routine maintenance is also required. 3.1.3) All written material provided will contain a Standard Arabic translation. All shop drawings shall be annotated in Arabic and are required to be reviewed and approved by the Owner prior to fabrication of the LPG. 3.2) Detail Tasks. 3.2.1) Design, Engineering, Fabrication and Test. 3.2.1.1) Design and Engineering. The contractor shall design and fabricate the LPG Wagons to meet the performance criteria herein and UIC Standards, utilizing engineering trade-offs between performance, reliability, maintainability, supportability, producibility, and life cycle costs. The LPG System design shall include the equipment performance and physical characteristics, subsystem component location, materials, and design elements of a top-down design, basic module description, and interface design. 3.2.1.4) Fabrication. The contractor shall correct and document any design characteristics that are found to inhibit or make fabrication unnecessarily costly but that do not otherwise alter performance or system effectiveness characteristics. 3.2.1.5) Test and Evaluation. The contractor shall conduct and evaluate the results of environmental and performance tests on the LPG Wagons to demonstrate full compliance of all equipment with the performance criteria herein and UIC Standards. The tests shall be conducted in accordance with standard factory test procedures. The tests may be conducted at the contractor's facilities. 4.) DELIVERY SCHEDULE 4.1) Requirement. All shipments of goods bound for Iraqi Republic Railways (IRR) will be received either at the custom's yard at the rail station in Rabiya, Iraq or at the customs receiving yard at the rail head at Umm Qasar. IRR representatives shall be contacted at 1-914-822-73 12, at least seven days prior to shipment arrival in order to arrange delivery location and to meet and inspect the incoming shipments. 4.2) Delivery must be no-later-than 180 days after contract award. 5.) Inspection and Acceptance 5.1) Specifically. Inspection and acceptance of the Container Wagons will occur at the point of delivery. Terms of acceptance should require a 30 day inspection and acceptance period. LIQUID PETROLEUM GAS (LPG) TANK WAGONS PERFORMANCE SPECIFICATION 4-Axle, 2 Bogie Tank Wagon. Bogie Type Y25CS, 920mm wheel Diameter. UIC 505-1 Loading Gauge, IRR Loading Gauge #Z 7056, 1435mm standard gauge. Minimum capacity: 46 Tons Propane, 50 Tons LPG (Mixture of propane and butane). Tanks must be covered by sun shade designed to IRR standards. Tank must be cylindrical with domed ends and interior baffles. Minimum tank operating pressure 23KGLCM2, hydrostatically tested to 34 KGLCM2. Controls for loading and unloading tank must be operable from ground level on either side, per UIC and UIC Standards. Maximum Axle Loads 20 Tons. Maximum Operating Speed 120Km/Hour Loaded/Empty. Loaded wagon capable of operating over 150M curve radius. Fully interchangeable for international operating service. Operating temperature range: Maximum shade temperature 55*C, Maximum sun air temperature 55*C, Minimum Temperature -5*C, Maximum relative humidity 90% winter, 13% summer. Complies with all requirements and dimensions for applicable UIC, RIV and RID regulations. UIC Standard safety equipment, including coupler handle, signal lamp holder, cable hook, station label rack, left end footstep 350mm x 350mm (nominal dimensions). UIC Type SA3 coupling system with buffers (distance between buffers 1750mm). Knorr automatic brake system, distribution valve ?KEICSL,? with automatic slack adjuster. Non-metallic brake shoes. Handbrake on side of wagon, to be operated from ground level. All loose or removable parts shall be marked ?IRR? where practicable. Exterior painting and lettering shall be applied according to UIC and IRR Standards (IRR Standards listed below). Accessories and instruments shall be provided according to RID and UIC Standards and regulations, such as: manhole with nozzle neck for rotating gauge, temperature indicator manometer, safety valves, level indicators for propane, butane, and mixture, level indicator rototype rego, strainers, drain valves, set of fittings, connectors and gauges. Vendor shall supply start-up training to IRR for the routine maintenance and successful operation of equipment for one year. Shop drawings of equipment shall be provided to the owner for review prior to manufacture and shipment of equipment. IRAQI REPUBLIC RAILROAD (IRR) Liquid Petroleum Gas (LPG) Tank Wagons - Exterior Painting Standards: Tank body to be entirely white with 15 cm yellow stripe centered. Under-frame and bogies to be entirely black. Letters and numbers assigned to each car will be assigned and applied after shop drawing review in areas indicated. All paint system shall be per U.I.C. Standards. The Contracting Officer will evaluate quotes on the basis of technical, price and past performance. The selection of a contractor for award will be based on the quality and specification strength in the area of the offeror?s technical proposal (offeror shall include detailed product description that highlights specifications and qualifications). Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The price will be considered, although of lesser importance than the technical proposal. Offerors should provide references for a minimum of three of the offeror?s customers (contracts and/or subcontracts) for items of similar scope. Projects cited and past performance references should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. The offeror?s record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the offeror?s quote. The technical quote will be more significant then the price quotes. However, price and past performance are of equal importance. Offerors shall also discuss how they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm-fixed-price contract, with delivery 180 days ARO. Acceptance will be in Rabiya, Iraq (grid zone coordinates: 38S KF 100 780). The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors?Commercial, as well as the following instructions: Offerors shall submit information on their past performance in like or similar acquisitions in the last three years. The Offerors will provide no more than two pages of past performance information. Use type characters no smaller that 10 pitch. Each instance of relevant past performance shall include the contract number and/or delivery order number, contract type, contract value, whether competitive or sole source, description of work, and customer point of contact including e-mail address and telephone number. Offerors? technical proposal (including delivery terms) shall be no longer than three pages. Use type characters no smaller that 10 pitch. Offerors? pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. No attachments are allowed and only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. Offerors shall submit an original proposal and one copy. The proposal shall be easily segregated between the contract line item (CLIN) price, technical, and past performance. Both the original and copy may be transmitted via e-mail. The copy of the proposal submitted is for evaluation purposes and shall not bear any logos, trademarks, company names or points of contact information that would identify the Offeror. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) a price proposal which shows the proposed unit price for each line item, the extended total price for each line item, and the total overall price for all contract line items; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the SOW but not exceeding the clause at 52.212-1, as delineated above; (3) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Cage Code; and (6) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Note: Contractors must be registered in the Central Contractor?s Registration database in order to receive payment, should they receive a Government contract award! The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002) as augmented by the Department of Defense FAR Supplement (DFARS); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002), to include the following subparagraphs--FAR 52.222-3 Convict Labor (AUG 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999); FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); and De-Ba?athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 may 2003, Subject: De-Ba?athification of Iraqi Society and the corresponding implementation plan and delegations of authority (found at http://cpa-iraq.org). All interested, responsible firms should submit quotes (all applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above), no later than 5:00 P.M. (Baghdad Time), 26 April, 2004, to the following email address: cpa_contracting_act1@orha.centcom.mil ? Franked mail must be delivered to: Republican Presidential Palace, Attn: Contracting, Coalition Provisional Authority, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walters@orha.centcom.mil; faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation.
 
Place of Performance
Address: Rabiya (grid coordinates: 38S KF 100 780)
Country: Iraq
 
Record
SN00563744-W 20040412/040410211656 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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