Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOURCES SOUGHT

Y -- Request for Information - Renovate the Al Seweira Agricultural Research Station, Wasit Province, Iraq

Notice Date
12/5/2011
 
Notice Type
Sources Sought
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
D12AN50812
 
Response Due
12/13/2011
 
Archive Date
12/4/2012
 
Point of Contact
Michael McGuire Contract Specialist 7039643622 mike.mcguire@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The Department of Interior (DoI) Acquisition Services Directorate (AQD) on behalf of the United States Department of Agriculture (USDA) Foreign Agricultural Services (FAS) through the use of the Interior Franchise Fund (IFF) is seeking to obtain market research from vendors to assist the Government in understanding the capabilities available to renovate the Al Seweira Agricultural Research Station, Wasit Providence, Iraq. Additionally, the market research will assist the Government in determining how small business could fit into acquisition strategy. NOTICE: This RFI is being issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to a contract for any supply or service whatsoever. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in a future RFP, if one is issued. Sources Sought: This RFI is seeking responses from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 237110 "Water and Sewer Line and Related Structure Construction", applies with a small business size standard of $33,500,000.The data obtained from this RFI will assist the Government in understanding the capabilities available in the industry marketplace. Additionally, the market research will assist the Government in determining how small business could fit into the acquisition strategy. In order to make a determination for a small business set-aside, two or more small businesses must submit responses that demonstrate their qualifications and their capability to fully satisfy the assessment criteria cited in this RFI. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting Clause (FAR 52.219-14) which requires the small business to perform at least 50 percent of the work on the contract.Responses should provide the business' DUNS number and include a business size self-certification under NAICS code 237110. Additionally, responses should include recent (within the past three years or work that in on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers whether the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Capability Statement Requirements: 1. The contractor is to procure goods and services and deliver in Iraq as described below for renovation of the Al Seweira Agricultural Research Station in Wasit Province, Iraq, including oversight and supervision of labor and machinery for installation of drainage pipe and other equipment. 2. The Al Seweira Agricultural Research Station is operated by the Iraqi Ministry of Agriculture, and the contractor is responsible for making all necessary arrangements with the Ministry to enable delivery of goods and services, including contractor's on-site oversight of labor and machinery operation necessary for delivery of goods and services such as installation of drainage pipe. 3. The contractor shall inform U.S. Department of Agriculture representatives at U.S. Embassy Baghdad when goods and services are being delivered. Work will consist of, but not limited to, providing all labor, materials, transportation and performing all work necessary for improvements to the Al Seweira Agricultural Research Station as provided in table of specifications below: 11NAProcure goods and services and deliver in Iraq as described below (see items 2 through 10D) for renovation of the Al Seweira Agricultural Research Station in Wasit Province, Iraq, including oversight and supervision of labor and machinery for installation of drainage pipe and other equipment. 230,000meterCorrugated PVC or high density polyethylene (PE); outside diameter 100 mm with elongated openings or "slots" made in the valleys of the corrugations, evenly distributed over the pipe wall. Slots width: 2 mm; slots length: 5 mm. A minimum of 1,200 mm2 per meter of pipe. Pipes shall be delivered in coils.Accessories, including end caps made of the corresponding pipe material as well as couplers to connect pipes of the same diameter. 3meterEnvelope material wrapped in the pipe. Made of loose polystyrene (PS) or Polypropylene (PP); 8 mm thick; pore size index 600 m < O90 < 1,100 m. 41Units100 horse power water pump; 900 m3/h; 20 m total dynamic head. 51Units200 KV enclosed generator. Automatic starting system, with a digital control panel. 62150meters14 inches PVC pipe with a minimum wall thickness of 0.612 inches, capable to operate at temperatures close to 55C, UV resistant; a maximum deflection of 5% is allowed. 71SetAccessories (Ts, fittings, connections, elbows, etc) 81UnitsPipe Flushing Machine. Medium pressure equipment 20 to 35 bars at the pump. Inside diameter: 20 mm. Minnimum hose length 250 meters. Minimum discharge 75L/minute. A standard nozzle with 2.0mm diameter holes. One (1) hole forward and twelve (12) holes backward. 9AUse of 1 drainage trencher for digging 30,000 meters for installing 4" drainage wrapped pipe and backfilling.UnitsAlternative 1: Using a Drainage Trencher: In one operation make 2.0 meters depth trenches and bury 30,000 meters of 4" drainage wrapped pipe with an enveloped filtering sleeve material that was procured and delivered. Contractor should use a machine known as "drainage trencher". Laser grading control system is used. Digging chain for loamy soils. 9B4PeopleLabor for drainage trencher operation. 9C6PeopleLabor for backfilling drainage pipe trench. 10AUse of 1 ride-on trenching machine for digging 30,000 meters for installing 4" drainage wrapped pipe and backfilling.UnitsAlternative 2: Use a Ride-on Trenching Machine: Make 2.0 meters depth trenches, bury 30,000 meters of 4" drainage wrapped pipe with an enveloped filtering sleeve and fill them once the drainage wrapped pipe is already installed. Contactor should use a machine known as "ride-on trenching machine". Machine engine power minimum is 260 HP. Laser grading control system is used. Digging chain for loamy soils. 10B2PeopleLabor for ride-on trencher operation. 10C4PeopleLabor for burying the pipe 10D4PeopleLabor for backfilling drainage pipe trench. Submission: Interested small businesses meeting the small business standard of $33.5M for NAICS code 237110 are requested to submit a response by 9:00AM EDT on 13 December 2011 to the Contracting Officer, Mike McGuire, Mike.McGuire@aqd.nbc.gov. Submissions shall be submitted electronically and not exceed twenty-five (25) pages. Paper copies will not be accepted. Late responses will only be accepted if they contain extraordinary value to the Government. The responses must include the business size of the vender under NAICS code 237110 (Service Disabled-Veteran Owned Small Business, Veteran-Owned Small Business, Women-Owned Small Business, HUBZone Small Business, Small Disadvantaged Small Business, Historically Black College and University/Minority Institution, Small Business Joint Venture, Consortium, Team Partnering, or Large Business). Submissions should be in a Microsoft Office compatible format (i.e., Microsoft Word, PowerPoint, Excel, etc.) or Adobe Acrobat and not contain text smaller than 11 font. The maximum file size of the submission shall not exceed 8 MB. Tables, graphs, etc. will count against the total page count. Font size smaller than 11 may be used to label tables and graphs, but may not be smaller than 8 font. All data received in response to this Sources Sought Notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the Evaluation Panel. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding technical point of contact will not be given and no appointments for presentations will be made. Please refer all questions/comments to the Contracting Officer, Mike McGuire, Mike.McGuire@aqd.nbc.gov. FedBizOps will be the sole repository for all information related to this RFI. Vendor questions and Government responses will be posted to FedBizOps. No questions will be addressed via oral communication. Key Attributes: The assessment of capability statements will be based on the criteria listed below. Responders submitting capability statements should limit submissions to data essential to the assessment. Any and all information obtained for these purposes will be used solely to assist the Government in understanding the capabilities available and thus results will not be disclosed to respondents. USDA seeks a contractor that can fulfill its 3 key requirements below and provide written evidence of having performed the nature of the work being sought in this request for information along with dates related work was performed. Key requirements requiring written evidence include: 1) A operational presence in Iraq and experience working with the Government of Iraq, in particular the Iraqi Ministry of Agriculture. 2) Proven experience and expertise in the procurement and delivery of goods and services in Iraq, particularly agriculture-related goods and services in rural areas in provinces outside of Baghdad. 3. Technical expertise and experience in the selection and procurement of irrigation equipment and installation of irrigation systems and drainage systems on farms or agricultural stations, using both machinery and hand labor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5776b3c32086213218d53d7d6f19de5c)
 
Record
SN02633207-W 20111207/111205233956-5776b3c32086213218d53d7d6f19de5c (fbodaily.com)
 
Source
FedBizOpps 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.