Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2004 FBO #0936
SOLICITATION NOTICE

23 -- Vehicles for the Ministries of Transportation and Communication

Notice Date
6/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
336111 — Automobile 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-0184
 
Response Due
7/5/2004
 
Archive Date
7/20/2004
 
Point of Contact
Richard Nalwasky, Contracting Officer, Phone 703-343-9218,
 
E-Mail Address
richard.nalwasky@cpa-iq.org
 
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-0184 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 19, effective 06/8/04 and DFARS Change Notice 20040513. The associated NAICS code is 336111. The Program and Contracting Organization, Baghdad, Iraq has a requirement for several different types of vehicles to be delivered 30 to 180 days ARO to, various locations in Iraq. Further information regarding delivery location follows below. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a.) Line item 0001, two (2)?new 2004 (2005 model, if the 2004 is unavailable) Ford model F-250 truck or equal. Minimum requirements are: White exterior; 260 horse-power gasoline engine; on demand 4-wheel drive; automatic transmission; extended cab; air bags; factory installed air conditioning; 8-foot Knapheide open utility body, or equal; power winch installed on front of vehicle, Warn type XD9000i, or equal; DeWalt model DEWDWD55153, 2 HP, 4 gallon electric twin stack air compressor, mounted in utility bed; light bar installed over cab with four 12-volt manually rotateable Halogen tractor lights and manuals in English and Standard Arabic.. b.) Line item 0002, three (3)?new 2004 (2005 model, if the 2004 is unavailable) Toyota Camry 4-door sedan or equal. Minimum requirements are: White exterior; six cylinder, 220 or greater horse-power gasoline engine; automatic transmission; cloth interior; air bags; heavy duty suspension; ABS brakes; left hand, powered steering; factory installed GPS system; air conditioning; power locks and windows; full size spare tire with holder; standard tool box; audio system with anti-theft device; digital clock; air bags; seat belts; vehicle anti-theft device and manuals in English and Standard Arabic. c.) Line item 0003, seven (7)?new 2004 (2005 model, if the 2004 is unavailable) Chevrolet LUV 4-door sedan or equal. Minimum requirements are: White exterior; 4 passenger; 4-wheel drive; 190 horse power gasoline engine; automatic transmission; air bags; left handed powered steering; cloth interior; siren and public address system with speaker; dome lights; skid pads; full size spare tire; receiver hitch; dual outside mirrors; interior controlled spot light, roof rack; full size fuel tank; first aid kit and manuals in English and Standard Arabic. d.) Line item 0004, four (4)?new 2004 (2005 model, if the 2004 is unavailable) Chevrolet Trailblazer SUV or equal. Minimum requirements are: White exterior; 5 passenger; 4-wheel drive; 294 horse power gasoline engine; automatic transmission; cloth interior; air bags; ABS; left handed powered steering; dome lights, skid pads; full size spare tire; receiver hitch; dual outside mirrors; interior controlled spot light, roof rack; full size fuel tank; first aid kit and manuals in English and Standard Arabic. e.) Line item 0005, two (2)?new 2004 (2005 model, if the 2004 is unavailable) Chevrolet Suburban or equal. Minimum requirements are: Red exterior; 7 passenger; 4-wheel drive; diesel engine; left handed powered steering; cloth interior; air bags; dome lights, heavy duty alternator; skid pads; full size spare tire; automatic transmission; class 1 receiver hitch; tinted windows; interior controlled spot light; dual outside mirrors; interior controlled spot light, roof rack; full size fuel tank; first aid kit; fitted LED (red, white, blue) light bar with alley lights and siren with public address system (mounted internally) with speaker (mounted externally) and manuals in English and Standard Arabic. f.) Line item 0006, four (4)?new 2004 10- to 16-passenger 4 cylinder 140 horse power gasoline minibus. Minimum requirements are: 70 to 90 liter fuel tank; automatic or manual 5 forward speed, one reverse speed transmission; max speed 140km per hour; left handed powered steering; air conditioning; spare tire with holder; standard box of tools; fire extinguisher; audio system; anti-theft device; digital clock; air bags; rear window wiper; spare parts for two years and manuals in English and Standard Arabic. g.) Line item 0007, ten (10)?new 2004 45- to 50-passenger 6 cylinder 230 horse power diesel bus. Minimum requirements are: Max length of 12,000mm; max height of 3,000mm; 300 or more liter fuel tank; manual 5 forward speed, one reverse speed transmission; max speed 120km per hour; left handed powered steering; air conditioning?(cooling capacity of 30,000 to 32,000 K Cal per hour); adjustable driver?s seats; passenger seats covered with artificial leather with a padded grip at the top of the seat?s back; windscreen?2 piece laminated glass; side windows?tempered glass, upper one half to two-thirds can slide open and close; rear windows and doors?tempered glass; two, driver operated doors; spare tire with holder; standard box of tools; 2 fire extinguishers; audio system; air bags; rear window wiper; spare parts for two years and manuals in English and Standard Arabic. h.) Line item 0008, six (6)?new 2004 2-passenger 6 cylinder 180 to 220 horse power gasoline panel van. Minimum requirements are: 90 to 120 liter fuel tank; automatic or manual transmission; max speed 140 to 180 km per hour; left handed powered steering; air conditioning; spare tire with holder; standard box of tools; fire extinguisher; audio system; anti-theft device; digital clock; air bags; steel cage to prevent loads from hitting driver and passenger; spare parts for two years and manuals in English and Standard Arabic. Desired delivery date for contract line item 0001 is 90 days after receipt of order and the required delivery date is 180 days after receipt of order. Delivery destination is either the custom?s yard at the rail station in Rabiya, Iraq (N36.79438 E042.10614) or at the customs receiving yard at the rail head at Umm Qasr, Iraq (N30.03219 E047.94332). Desired delivery date for contract line item 0002 is 30 days after receipt of order and the required delivery date is 90 days after receipt of order. Delivery destination is the PMO BIAP North warehouse, Baghdad International Airport, Baghdad, Iraq; MGRS 38MB263875. Desired delivery date for contract line item 0003 is 30 days after receipt of order and the required delivery date is 90 days after receipt of order. Delivery destinations are offices of the General Enterprise for Civil Aviation at Baghdad International Airport?three vehicles and the offices of the Airfield Managers of Basrah Airport and Mosul Airport?two vehicles each. Desired delivery date for contract line item 0004 is 30 days after receipt of order and the required delivery date is 90 days after receipt of order. Delivery destinations are the offices of the General Enterprise for Civil Aviation at Baghdad International Airport?two vehicles and one each at the offices of the Airfield Managers of Basrah Airport and Mosul Airport. Desired delivery date for contract line item 0005 is 90 days after receipt of order and the required delivery date is 180 days after receipt of order. Delivery destinations are one to offices of the General Enterprise for Civil Aviation at Baghdad International Airport and one each at the offices of the Airfield Managers of Basrah Airport and Mosul Airport. Desired delivery date for contract line items 0006, 0007, and 0008 is 90 days after receipt of order and the required delivery date is 120 days after receipt of order. Delivery destination is at the customs receiving yard at the rail head at Umm Qasr, Iraq (N30.03219 E047.94332). The Government intends to award several contracts as a result of this solicitation. 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) as appropriate. No do use zipped files. Acquire a CAGE Code if you don?t have one already. All quotes must be in English. The provision at 52.212-1, Instructions to Offerors?Commercial applies to this acquisition as well as the following addenda: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 336111. 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 10 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. (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) 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. (11) Contractor need not to 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 are required (e) Multiple offers. Offerors are permitted to submit only one offer to this requirement. (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 contracts 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 more than 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 awardees 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. The provision at 52.212-2. Evaluation?Commercial Items applies to this acquisition as well as the following addenda: The Contracting Officer will evaluate quotes on the basis of technical specifications and price. 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. 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. In the technical proposal, Offerors shall also discuss whether they will be able to comply with the delivery requirements. A decision on the technical acceptability of each offeror?s proposal will be made. For those offerors who are determined to be technically acceptable, price will be considered. Awards will be made to the responsible offeror whose proposal conforms to the solicitation requirements, such as required delivery dates, terms and conditions, representations and certifications, and technical requirement. (1) Technical. Each offeror?s technical proposal, that meets the government?s required delivery dates, will be evaluated to determine if the offeror provides a sound, compliant approach that meets the government?s minimum requirements as described in the description and minimum specifications requirements. Offeror?s proposals meeting the government?s minimum requirements will determined to be technically ?acceptable?. (2) Price. (a) This competitive procurement will establish the basis for price reasonableness. (b) Total evaluated price, for award purposes, will be based upon the total price proposed. (b) A written notice of award or acceptance of an offer (or part of an offer), mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 5 July 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, clementsc@cpa-iq.org. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq.
 
Place of Performance
Address: VAROIUS LOCATIONS IN IRAQ
Country: IRAQ
 
Record
SN00605693-W 20040619/040617212625 (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.