Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
SOLICITATION NOTICE

Z -- Road Construction - Diyala, Iraq

Notice Date
8/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
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-0166
 
Response Due
9/6/2004
 
Archive Date
9/21/2004
 
Point of Contact
Richard Nalwasky, Contracting Officer, Phone 703-343-9218, - Richard Nalwasky, Contracting Officer, Phone 703-343-9218,
 
E-Mail Address
richard.nalwasky@cpa-iq.org, richard.nalwasky@cpa-iq.org
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION FOR COMMERCIAL SERVICES. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Request for Proposal, W914NS-04-R-0166 is being issued by the Project and Contracting Office (PCO), Baghdad, Iraq, to pave 77.7 kilometers of rural village roads located throughout the Governate of Diyala, Iraq. This action is unrestricted and provides for full and open competition. The associated North American Industrial Classification System code is 237310. Proposals are due at 1700 hours, Baghdad time, on 06 September 2004. The PCO contracting point of contact is Charles Clements, 703-343-9218, charles.clements@cpa-iq.org. The address is: DOS/ PCO Contracting Activity, APO, AE 09316. Description and minimum specification requirements are: a.) Line item 0001. ROAD SEGMENT ONE as described in attachment one to this combined synopsis/solicitation, pavement of 31.9 kilometer of village road starting at Al Umraneyah, N33.6777 E 45.0263 and ending at Al Wajeheyah Village Road, N 33.9080 E 44.8627. b.) Line item 0002. ROAD SEGMENT THREE as described in attachment one to this combined synopsis/solicitation, pavement of 17.6 kilometer of village road starting at Al Shohanee, N34.1260 E 44.8073 and ending at Arab Salon N 34.1285 E 44.8682. c.) Line item 0003. ROAD SEGMENT FOUR as described in attachment one to this combined synopsis/solicitation, pavement of 2.1 kilometer of village road starting at Je Zane N 33.8535 E 44.7593 and ending at Al Haj Gathban Village Road N 33.8543 E 44.7750. d.) Line item 0004. ROAD SEGMENT FIVE as described in attachment one to this combined synopsis/solicitation, pavement of 6.8 kilometer of village road starting at Bane Zaid N 33.9472 E 44.8793 and ending at Kanaan Village Road N 33.9213 E 44.8177. e.) Line item 0005. ROAD SEGMENT SIX as described in attachment one to this combined synopsis/solicitation, pavement of 5.1 kilometer of village road starting at Abu Sayda N 33.9257 E 44.7670 and ending at Al Akhdhr N 33.8945 E 44.7500. f.) Line item 0006. ROAD SEGMENT SEVEN as described in attachment one to this combined synopsis/solicitation, pavement of 3.4 kilometer of village road starting at Abu Sayda Road N 33.9285 E 44.7778 and ending at Zuhayrat N 33.9423 E 44.7992. g.) Line item 0007. ROAD SEGMENT EIGHT as described in attachment one to this combined synopsis/solicitation, pavement of 10.8 kilometer of village road starting at Tihamia N 33.4046 E 45.2153 and ending at Mandili N 33.3525 E 45.1921. The Project and Contracting Office anticipates that this 77.7 kilometer road pavement project will take one year to complete. The completion schedule of the road work under CLINs 0001 through 0007 will be established by contract based on the winning offeror(s)? proposal(s). SECTION L ? INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS The Contracting Officer reserves the right to make multiple awards under this solicitation. Proposals must be submitted through one of the following methods: 1. A sealed written proposal. Sealed written proposals are to be placed inside an envelope and deposited into the bid box located on the lower floor of the Legal Section, Legal & Management Department, Ministry of Housing & Construction; Keradat Meriam, Adjacent to Al-Rasheed Hotel, Baghdad, Iraq. On the outside of the envelope, the name of the business providing the proposal, the solicitation number and the Contract Line Items being proposed must be clearly written in English. Sealed written proposals must be delivered no later than 1700 hours, Baghdad time, on 06 September 2004. 2- Paperless electronic media. Electronic Proposals, and any supplemental information, must be submitted, in English, to walter.walter@cpa-iq.org and charles.clements@cpa-iq.org no later than 1700 hours, Baghdad time, on 06 September 2004. The subject line of the electronic submission 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. Do not use zipped files. Federal Acquisition Regulations (FAR) 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 is 234110. This is not a small business set aside. (b) Submission of proposals / offers. Offerors must e-mail their proposal to the e-mail addresses above at or before the exact time specified in this solicitation. If the proposal is written on paper and enclosed in an envelope, it shall be submitted to the bid box at 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 how the Offeror intends to mobilize and perform the construction of the road segments bid. Offeror?s technical proposal shall be no longer than 25 pages of text. In addition, the Offeror?s technical proposal may also include up to 10 pages containing drawings. The text shall be no smaller than 10 pitch. No attachments, except referenced drawings, are allowed. Only one side of a page shall be used. The contracting officer will remove all pages beyond the limitation. Those pages will not be considered / evaluated. (5) Terms of any express warranty; (6) Price. Offeror shall propose their firm fixed price for each segment of village road. In addition to this the Offeror shall provide unit prices for each of the items in the Bill of Quantities for each segment of village road. These are attachments 2 through 8. (7) ?Remit to? address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3. FAR 52.212-3 is attachment 9. (9) Acknowledgment of Solicitation Amendments; (10) Past performance information: Submit information on recent (past 3 years) road construction contracts. The Offeror will provide no more than four 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. A form to gather past performance information is attached to this combined synopsis / solicitation as attachment 10. Offerors may provide this form to current and former customers for them to complete and send to the Contracting Officer ; 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. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 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 more than 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. (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 . The Project and Contracting Office intends to evaluate offers and award a contract(s) 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 Project and Contracting Office reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Project and Contracting Office 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 Project and Contracting Office intends to make more than one award. (i) Codes and Standards. Addressed in Statement of Work. (j) Data Universal Numbering System (DUNS) Number. Not mandatory. (k) Central Contractor Registration. Not mandatory. (m) Inconsistency between English Version and Translation of the Request for Proposal. In the event of inconsistency between any terms of this Request for Proposal and any transaction into another language, the English language meaning shall control. SECTION M ? EVALUATION FACTORS FOR AWARD 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) Subject to the provisions contained herein, award will be made to an offeror(s) who is/are deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose proposal conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specified in this solicitation, represents the Best Value (Technical Factor/Price Trade-offs) to the Government. It is the Government?s intent to award without discussions; however, in accordance with FAR 15.306, should discussions become necessary, the Government reserves the right to hold them. If this occurs, a competitive range may be determined and Offerors notified in accordance with FAR 15.503. The competitive range may be limited for purposes of efficiency in accordance with FAR 15.306 (c)(2). Offerors are urged to reflect their best possible potential price(s), since less than the best potential price(s) could result in exclusion of the proposal from further consideration. The Government reserves the right to award to other than the lowest proposed price; however, the degree of importance of price as a factor will become greater as the proposals approach equality. The greater the equality of proposals, the more important price becomes in selecting the Best Value to the Government. Unrealistically high or low proposed prices may be grounds for eliminating a proposal from the competitive range based upon assessment that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. (b) All proposals will be evaluated by a team of Government personnel to determine the extent to which each offeror demonstrates a clear understanding of the requirements of the RFP. The offeror shall submit a proposal that completely addresses all evaluation areas, specifically identifying how each evaluation requirement will be satisfied. The evaluation team will rate each proposal strictly in accordance with its content and will not assume that performance will include areas not specified in the offeror?s written proposal. The following adjectival ratings are listed and defined below: The following factors shall be used to evaluate offers: (1) FACTOR 1. Technical. ? This factor is for the purpose of rating how well an offeror will perform and complete the project. The likelihood for successful performance of the work will be evaluated based upon the following four subfactors which are ranked in descending order or importance. Subfactors are arranged in descending order of importance, with Subfactor 1 being most important, and Subfactor 4 being the least important. Subfactor 1: Economic Involvement of Local Iraqi Firms and Workers: Explicitly state or describe your goals for the maximum participation of (a) Iraqi subcontractors, vendors, suppliers, consultants, etc., as well as (b) Iraqi employees in the management, supervision, professional engineering and technical fields to include skilled and unskilled labor in performing the contract. (c) The Offeror shall describe how it intends to employ workers residing in the Governate of Diyala. Subfactor 2: Capacity to Perform Superior Quality Work: Each offeror is to describe how its company?s methods and procedures will be applied to ensure that only superior quality work is performed by its own work force and all of its subcontractors in accordance with the contract requirements. Subfactor 3: Capacity to Perform Work in a Timely Manner: Offerors are to describe how their management methods, procedures and schedules will be applied in order to monitor progress of the project during construction, provide timely reports and implement corrective actions in order to make-up for lost time/schedule. Subfactor 4: Ability to subcontract 10% of contract value to U.S. Small Businesses: Offerors are to describe how they will achieve a mandatory requirement to subcontract 10% of contract value to U.S. Small, Small Disadvantaged, Women-owned and Veteran-owned businesses. (2) FACTOR 2. Price. (a) IAW FAR Part 15.305 (a)(1) Cost or Price Evaluation, 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. IMPORTANCE OF FACTORS [c] Factor 1 (Technical) is equal in importance to Factor 2 (Price). Subfactors under Factor 1 are arranged in descending order of importance, with Subfactor 1 being the most important and Subfactor 4 being the least. The adjectival ratings to be used in this best value source selection are listed and defined below: ?EXCELLENT? is defined as any proposal that can be awarded ?as submitted? and contains no deficiencies and/or weaknesses. It meets or exceeds the Government?s minimum objectives/requirements and the Government is confident that the offeror can successfully perform the services. ?GOOD? is defined as any proposal that can be awarded ?as submitted? and contains no deficiencies and/or weaknesses. It meets or sometimes exceeds the Government?s minimum objectives/requirements and the Government is confident that the offeror can successfully perform the services. Some improvement is possible or the proposal could have contained more detail. ?ACCEPTABLE? is defined as any proposal that has an adequate overall presentation, but some areas less than thorough in analysis or detail; fair probability of success; meets minimum requirements, improvement possible in some major areas. ?MARGINAL? is defined as any proposal that contains significant deficiencies and/or weaknesses. The proposal fails to meet some of the objectives/requirements, contains significant deficiencies/weaknesses/ disadvantages and substantial improvement is necessary. The proposal, however, may be correctable only with a significant re-write of the proposal. ?UNSATISFACTORY? is defined as any proposal that contains major deficiencies and/or weaknesses that prohibit successful contract performance and/or could only become eligible for award if it were substantially revised. The proposal presents an inadequate presentation and fails to meet the objectives/requirements. The Government has no confidence that the offeror can successfully perform the services. (d) A written notice of award or acceptance 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 provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items with its offer. This provision is attached to this combined synopsis / solicitation. See attachment 9. 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. See attachment 11. The clause at FAR 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. See attachment 12.
 
Place of Performance
Address: Diyala
Country: Iraq
 
Record
SN00644878-W 20040818/040816212557 (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.