Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2004 FBO #0892
SOLICITATION NOTICE

59 -- Electrical Worker Personal Protective Equipment (PPE)

Notice Date
5/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
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-2363
 
Response Due
5/19/2004
 
Archive Date
6/3/2004
 
Point of Contact
William Harper, Principal Acquisition Analyst, Phone 703.343.9221,
 
E-Mail Address
william.e.harper@us.army.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL 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-2362 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 238210. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Electrical Workers Personal Protective Equipment (PPE) Line Item 001, Helmet; Line Item 002, Safety Lineman Belt; Line Item 003, Insulated Rubber Gloves; Line Item 004, Protective Boots; Line Item 005, Protective Clothing; Line Item 006, Work Uniforms; Line Item 007, Insulated Handled Pliers. All items to be delivered 30 days ARO to FOB Baghdad, Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a) Line item 0001, thirty five hundred (3500) HELMET (FIBERGLASS) ? Fiber glass, non-conductive helmet, insulated for electrical protection with appropriate ratchet harness insert. White in color. MSA ? Super-V-Gard II or equal. ANSI STANDARD Z89.2 1971 COMPLIANT OR EQUAL. b) Line item 0002, thirty five hundred (3500) SAFETY LINEMAN BELT ? Leather lineman safety belt with 2?D? ring pliers pocket, tape holder, glove snape with one safety strap 2? X 5? ~ 3? long with two strong hooks on both sides. SIZES: SMALL ? 750, MEDIUM ? 2000 LARGE ? 750. Line item 0003, one thousand eight hundred (1800) INSULATED RUBBER GLOVES ? Various sizes with varied voltage uses (1 kV, 11 kV, and 33 kV). MUST MEET OR EXCEED ASTM D120 AND IEC 903 STANDARDS OR BE COMPLIANT WITH ANSI STANDARD J6.6. SMALL MEDIUM LARGE 1kv 50 900 50 11kV 50 400 50 33kV 50 200 50 Line item 0004, seven thousand (7,000) PROTECTIVE BOOTS ? Must be 100% waterproof and made from premium grade ozone resistant rubber with flexible hand-layered construction that includes durable nylon lining for easy donning and doffing. Sole should have a durable construction with a non-skid bar tread outsole with non-metallic attached buckle and hardware. MUST MEET ASTM F1116 AT 15KV AND/OR BE ANSI STANDARD Z41.1991 COMPLIANT. Size 8.5, 250 each; Size 9, 450 each; Size 9.5, 1500 each; Size 10, 2100 each; Size 10.5, 1100 each; Size 11, 850 each; Size 11.5, 500 each; Size 12, 250 each. Line item 0005, six thousand six hundred and fifty (6650) PROTECTIVE CLOTHING (COVERALLS) ? Sized to be worn over clothes. Two way brass zipper. Gripper at tope of zipper and a lapel. Two front pockets, two breast pockets, two patch hip pockets, rule pocket. Side vent openings. Size Small, 150 each; Size Medium, 3250 each; Size Large, 2800 each; Size X-Large, 450 each. Line item 0006, three hundred and fifty (350). UTILITY CLOTHING (WORK UNIFORM) ? Matching shirt and pant outfits for electrical cable workers. Color: Shirt ? Light blue; Pants ? dark blue. Size Small, 25 each; Medium, 200 each; Large, 100 each; X-Large, 25 each. Line item 007, ten thousand (10,000) INSULATED HANDLED PLIERS ? Rated for 5kV and minimum of 200 mm in length. Wiha or equal. ASTM F-1505-94 compliant or equal. 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 than the price quotes. However, price and past performance are of equal importance. Offerors should also discuss whether 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 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each item and total price for each item and total price for all seven (7) line items; (2) supporting information for proposed items that demonstrates they understand the specifications stated in the SOW; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representation 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. 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 52.222-26, 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 Contactor 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 203, 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 (original plus one copy of quote and applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad time), 19 May 2004, 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 Roy D. Harris at email harrisrd@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 at this Synopsis/Solicitiation. 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.
 
Place of Performance
Address: MOE Warehouse, Baghdad, Iraq
Country: IRAQ
 
Record
SN00579929-W 20040506/040504212853 (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.