Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2004 FBO #0975
MODIFICATION

49 -- Tire/Wheel Equipment

Notice Date
7/26/2004
 
Notice Type
Modification
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
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-R-9018
 
Response Due
7/27/2004
 
Archive Date
8/11/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, Fax null,
 
E-Mail Address
doug.kimmel@CPA-IQ.org
 
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 W914NS-04-R-9018 is being issued as a request for proposal (RFP). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-24. (IV) This requirement is being synopsized as full and open competition under standard industrial classification code 5531, NAICS Code 441310. 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 proposal 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** 2 Each, Wheel Balancer ? Dynamic, static, alloy and match mount capabilities combined with six second cycle time automatic braking, gram/ounce selection, millimeter/inch selection, top dead center weight position indicator, split weight indicator, auto-distance setting and hood auto start function, requires 220 volts, belt driven system, tire width capacity of 2in-20in 36in maximum tire diameter and 150-lb maximum tire weight, seven different balancing modes and self calibration program. **LINE ITEM 0002** 2 Each, Brake Washer ? Deluxe washer with 15 gallon capacity, heavy duty air pump, flo-thru brush, easy adjustment valve, flexible metal spigot with on-off valve, heavy duty drum dolly with two locking casters and two regular casters, dual filtration system with prefilter screen and a sock filter which is designed to ensure clean solution at all times, can be used as a portable parts washer or brake washer. **LINE ITEM 0003** 4 Each, Diaphragm-Type Brake Bleeder Tank ? 7 quart, tank has 10 1/2in hose with quick-coupler and shutoff valve, relief valve prevents damage from excess pressure, used on standard and power brake systems. **LINE ITEM 0004** 2 Each, Full Service Tire/Wheel Center ? Precise rim clamping and pneumatic bead breaking operations to assure alloy wheels are not damaged, fully adjustable tool bar that can be set vertically and horizontally. Stainless steel mount and demount head, 1 ? HP, 220V, 60 Hz, single-phase motor, electrical/air drive system geometric table design and adjustable ?Jet Blast? bead seating system, rim clamping capacity 11 1/2in to 19in internal, 10 1/2in to 18in external, maximums 12.5in tire width for table, 11.5in for bead breaking, 36in tire diameter. **LINE ITEM 0005** 2 Each, Combination Brake Lathe ? Maximum weight 150 lbs on standard arbor, 300 lbs on heavy duty arbor, rotor 4in-24in capacity, 4 1/2in maximum surface width and 2 1/4in maximum thickness, drum 6in-28in capacity and 6in depth of cut, fly wheel 6in-24in capacity and 6in friction surface capacity, 1HP, 220V, 50/60 Hz single-phase motor draws 14.5 Amps and delivers 105 RPM spindle speed, feeds per revolution .0030in for rotor. .0046in for drum, comes complete with accessory kit including left-, right- and right-hand short tool holders. **LINE ITEM 0006** 2 Each, Professional Duty Tire Changer ? Hydraulic operated unit with a powerful 220V, three phase engine, handles tires up to 87in in diameter and 39in in width, two speed motor for fast, efficient operation, turret moves into wheel assembly. **LINE ITEM 0007** 6 Each, 1/2in Breaker Wrench ? Chrome vanadium breaker wrench with a 4 to 1 torque, nylon grip (VII) Place of delivery / performance: Baghdad International Airport (Grid: MB263875) all shipments shall be marked for Iraq Correctional HQ Rusafa. ?Shipping shall be included in the unit cost?. 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 proposal shall detail a schedule how it will assure that delivery / performance will be accomplished in 60 to 90 days. 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, Delivery dates and Prices proposed. Factors for Award are listed in descending order of importance as follows: 1) Technical 2) Delivery; 3) 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. The Government will choose depending on which proposal is determined to be in the best interest of the Government considering technical, delivery date, and price. The proposed PRICE PROPOSAL portions will be evaluated based on prices alone. The offeror should include all factors in the proposal or the proposal 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, delivery, price, and price related factors. (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 Project and Contracting Office (PCO) ? Contracting Activity, Republican Presidential Compound, Baghdad, Iraq APO AE 09316, by 27 Jul 2004, 5:00 p.m. local time. *Proposals can be emailed to the listed point of contact.* Due to the limited resources available at the PCO location, please limit your company name or logo to just the cover page of your submission/s. (XVII) Point of Contact is Doug Kimmel, doug.kimmel@CPA-IQ.org.
 
Place of Performance
Address: PCO - Contracting Activity, Republican Presidential Compound, Baghdad, Iraq, APO AE 09316
Zip Code: 09316
Country: Iraq
 
Record
SN00630756-W 20040728/040726212612 (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.