Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

V -- Reburhishment of two Nelcon container cranes

Notice Date
6/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
488310 — Port and Harbor Operations
 
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-0172
 
Response Due
6/20/2004
 
Archive Date
7/5/2004
 
Point of Contact
Richard Nalwasky, Contracting Officer, Phone 703-343-9216,
 
E-Mail Address
nalwaskyr@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-0172 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 23, effective 5 May 2004 and DFARS Change Notice 20040513. The associated NAICS code is 488310. The Coalition Provisional Authority (CPA), Baghdad, Iraq, desires efficient movement of materials between seaports, railheads, and truck carriers. In an effort toward fulfilling this desire, the CPA has a requirement for the refurbishment of two Nelcon container cranes at Berth 5 at the old section of the Port of Umm Qasr. Description and minimum specification requirements are: a.) Line item 0001, to provide the parts and services to refurbished and commission two Nelcon container cranes located at Berth 5 at the old section of the Port of Umm Qasr, Iraq so that they operate smoothly and efficiently as integrated systems. Anticipated Scope: Remove all electrical, structural and mechanical systems that are obsolete or need to be replaced. Provide local AC electric power for the crane reels into the existing junction box. Develop new electrical, mechanical and structural design drawings including load and speed calculations, control layouts, electrical panel designs, conduit placement, and cable reel relocations. After refurbishing the two cranes, test, evaluate, and demonstrate full compliance of all equipment with the performance criteria originally intended by the manufacturer of the equipment. Arrange for any/all formal Certifications of the cranes and all of its associated elements to be obtained and provided to the Government. The tests shall be conducted in accordance with standard industry test procedures. PERFORMANCE SPECIFICATION The two Nelcon container cranes were built in 1984 and first operated in 1995. Conventional Ward-Leonard system comprises of an AC motor combined with 2 DC generators and DC motors for all drives. Basic specification: Operating speed Main hoist: 38 m/min with empty spreader, 75m/min with 40LT load. Trolley speed: 120 m/min Gantry: 45 m/min Boom hoist: 6 min Trim: +/- 5 deg. Motor capacity Main hoist: 2 x 180kw DC Trolley: 2 x 30kw, DC Gantry: 8 x 18kw, DC Boom hoist: 71kw, DC Scope of known required electrical refurbishment: • Cable reel and flexible cable: 11kv, 50Hz, 3ph. No mechanical coupling type. Traveling length of 300 meter, bi-directional. Installation height to cable reel base is 13 meters. • HV switchgear: SF6 circuit breaker or VCB with ground switch and power meters on portal tie. IP54. HV cable to transformer is included, and to be installed on the existing tray. Kirk key interlock. • Transformer: dry mold type, 800kva, 11/0.48kv. Thyristor control drive use. Protective relay, ground CT and accessories. Kirk key interlock. • LV (Low Voltage) switchgear lined up inside main hoist house. IP54. TE, GE or ABB components. Wago terminal blocks for control lines. • Thyristor controlled drive and PLC - GE or ABB. 2 drives for Mh/ga and Tr/bh. Direct torque control and power optimized control without load cell signal. Du/dt filters. Wago terminal block for all conductors up to 6sqmm. No electronic anti-sway system. • CMS: alarm & fault message, data logging. Real time display of drives, PLC programming capability, operation data, and maintenance management. Latest model of industrial computer with flat screen. • Control chair & cabin panels - Gessman chair. Cabin control panel and indicators. • Control button in boom booth and checker’s cabin. • Limit switches and sensors - Replace damaged ones. • Telephone system: Completely new system is required. • Wind monitor: New system is required. • Modification of transformer room and electrical control room: Remove existing ventilation fans and install filtered air pressurizer to prevent dust ingress. Control room with air conditioner. • Lighting: All walkway lights are replaced. Flood light are also replaced with GE lightings. • Festoon cables: Festoon cables, tow rope and elastic cords are replaced. Festoon trolleys are not replaced. • Wirings and conduit: replace as necessary. Cables will be of UV proof. Deliverable scope of supply for mechanical repair and maintenance • Remove the existing converters and generator sets in main hoist house. • Build 2 new headblocks for compatibility of spreader with ZPMC cranes. • Replace main hoist and boom hoist wire ropes. • Change oil of all reduction gears. Purge out old grease and fill with new grease in all bearings. • Clean and repair all motors that have less than 9 M-ohm reading. • Replace trolley rail pads with Gantrex. Rail clip may not be replaced. Retighten rail clip bolts. • Retightening structure bolts as necessary. • Replace boom hoist buffer with UV proof. • Repair Trim device at boom tip. • Repair maintenance hoist at main hoist house and boom hoist house, and test. • Add locking device to all doors. Add fence and door to prevent trespassing. • Modify gantry bumper base and install new bumpers. • Install air conditioner in operator’s cabin and main control room. b.) Line item 0002, to provide all instruction and maintenance manuals in both English and Standard Arabic. c.) Line item 0003, to provide the appropriate inventory of spare parts to support the operation of both cranes for a minimum of 12 months of normal operations and maintenance after the competition and acceptance of the refurbished cranes, subject of contract line item 0001. Assume normal operations to be 2500 hours per year per crane. Required completion date for the contract line items 0001 and 0002 is 240 days after receipt of order. Required delivery date for contract line item 0003 is 30 days after acceptance of the cranes. Delivery destination for contract line item 0003 is the custom’s receiving yard at the Port of Umm Qsar; N30.03219 E047.94332. Terms of delivery for all property under these three contract line items are FOB destination. SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS The Government intends to award only one contract. This is an “ALL or NOTHING” Acquisition. Offers must be submitted via paperless electronic media. You must submit your electronic offer, and any supplemental information, to charles.clements@cpa-iq.org no later than the date and time specified in this combined synopsis / solicitation. The subject line must contain the solicitation number. You may use multiple e-mail messages for your offer; however, you must annotate the subject lines as described above for each message, and number, (e. g. ,1 of 3, 2 of 3, 3 of 3). Do not use zipped files. Acquire a CAGE Code if you don’t have one already. All quotes must be in English. 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2004) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, e-mail address, postal address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Offeror’s technical proposal (including delivery terms) shall be no longer than 20 pages of text. In addition, the Offeror’s technical proposal may also included up to six pages containing drawing of the proposed repairs. The type characters no smaller that 10 pitch. No attachments are allowed. 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. (5) Terms of any express warranty; (6) Price and any discount terms. Offeror’s price proposal shall be no longer than five pages of text. The type characters no smaller that 10 pitch. No attachments are allowed. 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. All quoted prices must be in US Dollars. Advanced payments and / or letters of credit will not be considered. The Contracting Officer reserves the right to consider quotes proposing advanced payments or letters of credit as non-responsive. (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the past 3 years, for the same or similar items and other references. The Offeror 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 (a name) including e-mail address and telephone number; and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (12) Contractor MUST propose their price for each CLIN. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. None (e) Multiple offers. Offerors are permitted to submit only one offer. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 5:00 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government intends to make only one award. (i) Standards. Non-government standards must be obtained from the organization responsible for their preparation, publication or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database). The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. (k) Central Contractor Registration. Prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications—Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders—Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The quote / proposal is due at 1700 hours, Baghdad time, on 20 June 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, charles.clements@cpa-iq.org. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-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-Q-0172/listing.html)
 
Place of Performance
Address: Port of Umm Qasr
Country: Iraq
 
Record
SN00597067-F 20040605/040603213209 (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.