Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

N -- National Criminal Intelligence Database / Service

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
922190 — Other Justice, Public Order, and Safety Activities
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
DABV01-04-Q-0064
 
Response Due
5/19/2004
 
Archive Date
6/3/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, - Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235,
 
E-Mail Address
kimmelgd@orha.centcom.mil, kimmelgd@orha.centcom.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation DABV01-04-Q-0064 is being issued as a request for quotation (RFQ). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-22. (IV) This requirement is being synopsized as full and open competition under standard industrial classification code 9221, NAICS Code 922120. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 ? Acquisition of Commercial Items. (V) COMMERCIAL ITEM DESCRIPTION: Contractor shall provide a complete and usable end product. Contractor must provide pricing on all items for their quote to be accepted. No alterations, additions, or deletions shall be made unless by prior written approval of the Contracting Officer. All work must meet or exceed acceptable industry standards and codes for the building trades. Items will be listed by line item number, **LINE ITEM 0001** Phase I, National Criminal Intelligence Service, (See attached Statement of Work (SOW)) (VII) Place of delivery / performance: See SOW for place of performance of Governorate and City. All Cost included, Firm-Fixed Price. All duties and tax are the responsibility of the Contractor. All shipments shall be marked ?Iraq Reconstruction Program? and ?Shipment in transit for Humanitarian Purposes?. Recent Changes in the Tariff Charges coming into Iraq require a 5% fee effective 15 April 2004. That fee is waived for the items being acquired for Humanitarian Purposes. The Awardee will be provided the appropriate form to be included with all packages and invoice for this waiver if the items are being shipped into Iraq expressly to fill this requirement. DELIVERY ** the quote shall detail a schedule how it will assure that delivery / performance will be accomplished by the time frame of 31 July 2004. The PRICING PROPOSAL PORTION - The Contracting Officer will EVALUATE PROPOSALS on the basis on the overall Best Value considering Technical Specifications / Technical Data; capability of the item offered to meet agency need to include technical features and warranty provisions, Past Performance, Delivery dates and Prices proposed. Factors for Award are listed in descending order of importance as follows: 1) Technical 2) Past Performance 3) Delivery; 4) Price; will be evaluated on the basis of earliest delivery to the final destination and how the offeror will assure delivery / performance by that earliest possible time frame considering price. For delivery Government will choose depending on which quote is determined to be in the best interest of the Government considering technical, past performance, price, delivery date and completion time frame. The proposed PRICE PROPOSAL portions will be evaluated based on prices alone. The offeror should include all factors in the quote or the quote will be considered non-responsive. F.O.B. POINT IS DESTINATION. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. (IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on technical, past performance, price, price related factors and delivery. *Refer to the Source Selection Plan (SSP) for the specific evaluation plan* (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer, which can be found at http://www.arnet.gov/far/. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. (XIII) N/A. (XIV) N/A. (XV) N/A. (XVI) Proposals will be due to the Coalition Provisional Authority (CPA) ? Contracting Activity, Republican Presidential Compound Baghdad, Iraq APO AE 09316, by 19 May 2004, 5:00 p.m. local time. *Quotes can be emailed to the listed point of contact.* Due to the limited resources available at the CPA location, please limit your company name or logo to just the cover page of your submission/s. (XVII) Point of Contact is Gary Kimmel, kimmelgd@orha.centcom.mil .
 
Place of Performance
Address: CPA-Contracting Activity, Repulican Presidential Compound, Baghdad, Iraq, APO AE 09316
Zip Code: 09316
Country: Iraq
 
Record
SN00586561-W 20040516/040514212536 (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.