Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
MODIFICATION

46 -- Construction of re-locatable water purifying and bottling facilities

Notice Date
3/2/2005
 
Notice Type
Modification
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, ARCENT, Joint Contracting Command ? Iraq PARC Forces, MNF-I HCA Contracting, APO, AE, 09342
 
ZIP Code
09342
 
Solicitation Number
BottledWater001
 
Response Due
3/11/2005
 
Archive Date
3/26/2005
 
Description
Modification one (1): Change locations from seven (7) to eight (8) and production start time 120 days from award date. The MNF-I contracting office at Camp Victory South, Iraq intends to get information on contractors capable of providing the following capabilities for construction of re-locatable water purifying and bottling facilities for distribution at several locations in Iraq. Locations will be identified at a later date and time. These facilities are to produce clean drinkable bottled water per all USDA and FDA standards and requirements. This is a solicitation for commercial supplies and services prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice and Simplified Acquisition Procedures in Part 13.; a Request for Quotation and written solicitation will be issued at a later date and time. The SIC code is 2086 and 5149, the NAICS code is 312112, the size standard is not applicable. The requirement is for the following: furnish all labor, tools, parts, materials facilities and transportation necessary to manufacture and install the following equipment and supplies: Provide bottled water capability that has the ability to relocate as requirements change. Locations will be identified at a later date and time. These facilities are to produce clean drinkable bottled water per all USDA and FDA standards and requirements. 1. Provide bottled water capability to produce various amounts of bottled water. Site surveys are anticipated and will be authorized prior to proposal submission. Land is limited and therefore will be a factor for consideration. All locations will be on military installations and required force protection will be provided. 2. Bottled containers will be provided along with the water by the contractor. The water source maybe identified by the contractor or the Government. 3. The contractor is required to use the water source identified previously in order to filter, purify, and use the water. The purified water must meet or exceed all USDA and FDA standards and requirements. 4. Bottles will be of 1 liter. The container must hold 1 liter of water. The bottle caps must have safety measures to preclude tampering. Safety measures must meet or exceed all USDA and FDA standards and requirements. 5. Required capabilities for each site are as follows: a. Location one (1) 92K ? 138K liters/per day b. Location two (2) 80K ? 120K liters/per day c. Location three (3) 48K ? 72K liters/per day d. Location four (4) 100K ? 150K liters/per day e. Location five (5) 100K ? 150K liters/per day f. Location six 6) 212K ? 318K liters/per day g. Location seven (7) 96K ? 144K liters/per day h. Location eight (8) 88K ? 132K liters/per day 6. Customer service center/area for requisition and loading is required, operating from 0700-1900 hrs. 7. Bottles will be packaged in a box/set for loading. Box set will be wrapped IAW commercial practices. Sets will be placed in order to be transported as pallets. Pallets should be capable of containing approx. 70 boxes/sets. 8. A detailed time-line for ordering supplies, hiring of employees and training, transportation of supplies, set-up of facility and land restructuring (if needed), production run test and evaluation by Government, to production, is required, per each location. 9. First bottled water capability production must begin no later than 120 days from start of contract. All remaining bottled water capability production with in next calendar year. Anytime prior to this date is acceptable. Interested vendors who have the capabilities to meet these requirement and provide a time-line from inception to production, per site, are asked to respond to Major Mauricio Vazquez via email at mauricio.vazquez@iraq.centcom.mil with the time line and point of contact from each contractor with phone number, email address, and fax number on or before 2:00pm PST 11 Mar 05. The following FAR clauses apply to this solicitation and subsequent award (as applicable) and incorporated by reference: FAR 52.212-1 Instructions to Offerors -Commercial, FAR 52.212-2 Evaluation of Commercial items, 52.212-3 Offeror Representations and Certifications (Offerors failing to submit completed Representation and Certifications may be considered non-responsive), 52.246-2 Inspection of Supplies-Fixed Price, 52.212-4 Contract Terms and Conditions ? Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.233-3 Protest After Award. The following DFAR clauses are applicable to this solicitation and subsequent award (as applicable) and are incorporated by reference: 252-246-7000 Material Inspection and Receiving Report. To view clauses visit the Farsite at http://farsite.hill.af.mil. This solicitation is posted on the Electronic Posting System (EPS) at www.eps.gov. If you are unable to access the web site, please email Major Mauricio Vazquez at mauricio.vazquez@iraq.centcom.mil
 
Place of Performance
Address: Several Locations in IRAQ
Country: IRAQ
 
Record
SN00761127-W 20050304/050302212212 (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.