Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOLICITATION NOTICE

61 -- Electrical Workers Overhead Line Tools for CPA Restructuring of Iraqi Power Plants

Notice Date
4/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
221112 — Fossil Fuel Electric Power Generation
 
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-M-2360
 
Response Due
4/28/2004
 
Archive Date
5/13/2004
 
Point of Contact
Wanda Cross, Contracting Officer, Phone 703-343-9225, - Wanda Cross, Contracting Officer, Phone 703-343-9225,
 
E-Mail Address
crossw@orha.centcom.mil, crossw@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL IT 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-2360 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 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Electrical Workers Overhead Line Tools consisting of 9 items as follows: ***ITEM 0001 - quantity - 100 each - Hydraulic Compressor Head- consisting of 100 ton compression capability with complete accessories and 9 sets of dies for ACSR Conductor 120/20; ACSR Conductor 210/35; AAC 50 mm2; AAC 70 mm2; AAC 95 mm2; Copper Conductor 150 mm2; Copper Conductor 400 mm2; with recommended spare parts and oil. No Suggested Brand name. ***ITEM 0002 – 100 EACH - TIRFOR LIFTING AND PULLING MACHINE- Complete with 30m steel rope, anchor hook, safety catch, and operating handle. With a lifting capacity of 3,200 kg and pulling capacity of 5,000kg. No Suggested brand name type or like type model. *** ITEM 0003 - quantity 1000 EACH - TRAVELLER RUNNING OUT BLOCKS - Suitable for Single ACSR Conductor for diameter 20.3 mm, complete with supporting sling. - No Suggested brand name type or like type/model; **** ITEM 0004 - quantity – 100 EACH - PULL LIFT - Link Chain Hoist with 6m steel wire rope. Specifications include but are not limited to: lightweight aluminum casing with minimum headroom, adjustable upper and lower operational limit switches, friction clutch load limiter, IP 54 protection/Insulation class F, low voltage controls, emergency stop by main contractor, plug in – plug out control cable, and power supply 230/400 V – 3 phase – 50Hz only, Suggest brand name type or like type/model: NONE; *** ITEM 0005 – quantity 2000 m with a per unit cost in terms of -Per/80m- WIRE ROPE – 1.5 ton capacity, with 15.6m m diameter. Suggested brand name type or like type/model: None. ***ITEM 0006 – quantity 200 EACH - WIRE CUTTTER - Capable of cutting through varied thicknesses of wire rope. And ACSR conductors 120/20 and 210/35. Suggest brand name type or like type/model: NONE; ***ITEM 0007 – quantity 2000m – per unit in –meters - STEEL WIRE- with 17,000kg breaking load with 400pcs connector. ***ITEM 0008 – quantity – TIRFOR – 3 and 5 ton lifting capacity, no suggested brand name or type or like type model; Delivery 30 days ARO to FOB Baghdad, Iraq approximately 20 miles from Airport. Detailed shipping instructions will be included with the actual award document. Payment terms Net 30 wire to wire SWFT transfer after Physical Inspection at Destination. All Cost included, Firm-Fixed Price. All Traiffs and Duty into Iraq are unpaid all other duties and Tax are the responsibility of the Contractor. All shipments shall be marked “Iraq Reconstruction Program” and “Shipment in transit for Humanitarian Purposes”. Proposal Submission – Proposal shall be submitted in three severable volumes (Technical and Delivery, Past Performance and Price). The TECHNICAL PROPOSAL PORTION and DELIVERY PROPOSAL PORTION (in one volume)- shall include detailed product description that highlights specifications, qualifications; catalogue pages; brochures; specification and or data sheets that shall track back to or be indentified to the –ITEM NUMBERS REQUIREMENTS AND NAMES AS IDENTIFIED IN THIS MESSAGE ABOVE. 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 items being proposed. DELIVERY – shall be as requested 30 days ARO or earliest possible date and shall detail how it will assure that delivery will be accomplished to arrive on the time frame offered. - The PAST PERFORMANCE PORTION- Offerors should provide references for a minimum of three of the offeror’s customers (contracts and/or subcontracts) for items of similar scope. 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 PRICING PROPOSAL PORTION - pricing shall be supported by catalogue or commercial pricing data separate from the technical portion of the proposal and identified to each ITEM in the RFQ. The Contracting Officer will EVALUATE QUOTES on the basis on the overall Best Value considering the Technical; Delivery; Past Performance and Prices proposed. Factors for Award are listed in descending order of importance as follows: 1) Technical; 2) Delivery; 3) Past Performance; and 4) Price. Delivery will be evaluated on the basis of earliest delivery to the final destination and how the offeror will assure delivery by that earliest possible date. The PAST PERFORMANCE PROPOSAL portion will be evaluated in order to determine responsibility and risk to perform. The Government will focus on information that demonstrates timely deliveries and customer satisfaction with quality and performance of items 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 Proposed PRICE PROPOSAL portions will be evaluated based on prices alone. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation – Commercial Items, offerors should submit with their quotation: (1) Technical, Delivery; Price and Past Performance as detailed above (2) COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS – Commercial Items (MAY 2002), and Alternate I (APR 2002); (3) Contractor’s Duns and Bradstreet (DUNS) number; (4) Contractor’s Cage Code; and (5) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors – Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders – Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; 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 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor’s Registration (NOV 2001); 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 can be found at http://cpa-iraq.org. *** All interested, responsible firms should submit quotes identified by the RFQ Number and all Applicable documentation IAW FAR 52.212-1 no later than 5:00 P.M. (Baghdad Time), 27 APRIL 04, to the following email address: cpa_contracting_act1@orha.centcom.mil, Attn: Contracting, Coalition Provisional Authority, Baghdad, Iraq. ***Questions in regards to this quotation should be directed to DON CROES at email croesd@orha.centcom.mil; DO NOT CONTACT WANDA CROSS. *** 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor’s Registration database (www.ccr.gov) prior to the award of any Government Contract. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-M-2360/listing.html)
 
Place of Performance
Address: Baghdad, POC is Don Croes not Wanda Cross
Country: Iraq
 
Record
SN00564380-F 20040414/040412212754 (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.