Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2015 FBO #4957
SOLICITATION NOTICE

56 -- Providing and Installation of Interlocking T-Walls Made of Reinforced Concrete and Steel Doors at the U. S. Embassy Compound in Baghdad, Iraq - Drawings - Standard Form 25A, Payment Bond - Standard Form 25, Performance and Guaranty Bond - Drawings - Site Visit and Pre-Proposal Conference Registration Form - Package #6 - Drawings - RFP No. SIZ10015R0009

Notice Date
6/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of State, Near Eastern Posts, U.S. Embassy Baghdad, Iraq, Al-Kindi Street, International Zone, Baghdad, Non-U.S., Iraq
 
ZIP Code
00000
 
Solicitation Number
SIZ10015R0009
 
Point of Contact
Douglas L. Demaggio, Phone: +1-(301)-985-8841, Daler Boev, Phone: +1-(301)-985-8841
 
E-Mail Address
DemaggioDL@state.gov, boevdd@state.gov
(DemaggioDL@state.gov, boevdd@state.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP Solicitation No. SIZ10015R0009 Pedestrian + Double + Door + Detail + A2 RFP Cover Letter Site Visit and Pre-Proposal Conference Registration Form T-Wall + Construction + Detail + A3 Standard Form 25, Performance and Guaranty Bond Standard Form 25A, Payment Bond Pedestrian + Single + Door + Detail + A1 To:Prospective Offerors SUBJECT: Solicitation Number SIZ100-15-R-0009 for Providing and Installation of Interlocking T-Walls Made of Reinforced Concrete and Steel Doors at the U. S. Embassy Compound in Baghdad, Iraq The Embassy of the United States of America invites you to submit a proposal for providing and installation of T-Walls and Steel Doors at the U. S. Embassy Compound in Baghdad, Iraq. This construction effort is estimated between $100,000 and $250,000. All firms that respond to the solicitation must be technically qualified and financially responsible to perform the work. At a minimum, each offeror must meet the following requirements when submitting their proposal: •Be able to understand written and spoken English; •Have an established business with a permanent address and telephone listing; •Have the necessary personnel, equipment and financial resources available to perform the work; •Have all licenses and permits required by local law; •Meet all local insurance requirements; •Have the ability to obtain a performance and guarantee bond and a payment bond, or to post adequate performance security, such as irrevocable letters of credit or guarantees issued by a reputable financial institution; •Have no adverse criminal record; •Have no political or business affiliation which could be considered contrary to the interests of the United States; •Have good experience and past performance records; and, •Identify specialized experience and technical competence required to complete the construction work in accordance with this solicitation. If you are interested in submitting a proposal on this project, read the instructions in Section L of the attached Request for Proposals (RFP). If you intend to submit a proposal, you should thoroughly examine all documents contained in the contract solicitation package. The Embassy intends to conduct a site visit (see L.6, 52.236-27) and hold a pre-proposal conference. All prospective offerors who have received a solicitation package are invited to attend. The Site Visit and Pre-Proposal Conference will be held at the U.S. Embassy Baghdad located inside Baghdad International Zone, in Baghdad city, Republic of Iraq on June 24th, 2015 at 10:00 local time/hours. Submit any questions you may have concerning the solicitation documents in writing via email BaghdadGSOProcBid@state.gov by June 27th, 2015. Responses will be sent in writing to all contractors on our list of interested parties. Your proposal must be submitted electronically by email with the subject line "Proposal SIZ100-15-R-0009 Enclosed" to BaghdadGSOProcBid@state.gov on or before 17:00 local hours (Baghdad Time) not later than July 8th, 2015. No proposal will be accepted after this time. Complete the OFFER portion of the Standard Form 1442, including all blank spaces, and have the form signed by an authorized representative of your company, or the proposal may be considered unacceptable and may be rejected. In order for a proposal to be considered, you must also complete and submit the following: 1. Section B and Attachment 4, Proposal Breakdown by Divisions; 2. Section K, Representations and Certifications; 3. Bar Chart illustrating sequence of work to be performed; 4. Additional information as required in Section L. The contract will be a firm fixed price contract, with no adjustment for any escalation in costs or prices of labor or materials. Each offeror will be responsible for determining the amount of labor and materials that will be required to complete the project, and for pricing its proposal accordingly. Please be advised that each offeror is responsible for furnishing complete information to its subcontractor and suppliers, such as details and quantities required by the drawings and specifications. Subcontractors and suppliers should not be referred to the Embassy or the Architect for determining the amount or quantities of materials required. The construction completion time is not to exceed 75 calendar days commencing on date of Notice of Proceed Letter on an awarded contract. In the event of an unauthorized or unexcused delay in completing the project, liquidated damages in the amount of $670.87 per calendar day will be assessed until substantial completion of the project is achieved. The Contracting Officer reserves the right to reject any and all proposals and to waive any informality in proposals received. In addition, the Embassy reserves the right to establish a competitive range of one or more offerors and to conduct further negotiations concerning price and other terms before awarding the contract, or to award without discussions. Prospective Offerors are advised that registration in the System for Award Management database (www.sam.gov) is required prior to contract award in accordance with FAR provision 52.204-7, System for Award Management. Offerors are encouraged to register prior to the submittal of their proposal. Please direct any questions regarding this solicitation Mr. Doug DeMaggio, the Contracting Officer via email at BaghdadGSOProcBid@state.gov during regular business hours.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/86594f487504e78a042705d959ca4d58)
 
Place of Performance
Address: U. S. Embassy Compound on Al-Kindi Street inside the Baghdad International Zone in Baghdad city, Republic of Iraq, Baghdad, Iraq
 
Record
SN03769452-W 20150620/150618235504-86594f487504e78a042705d959ca4d58 (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.