Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2004 FBO #0855
SOLICITATION NOTICE

83 -- Electrical (Transmission) Maintenance Equipment

Notice Date
3/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-Q-2362
 
Response Due
4/11/2004
 
Archive Date
4/26/2004
 
Point of Contact
Wanda Cross, Contracting Officer, Phone 703-343-9225, - Wanda Cross, Contracting Officer, Phone 703-343-9225,
 
E-Mail Address
crossw@orha.centcom.mil, crossw@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-2362 is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 811310. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Electrical (Transmission) Maintenance Equipment Line Item 0001, Hydraulic Rough Terrain Crane; Line Item 0002, High Voltage Insulator Washing Units (Truck Mounted) and Line Item 0003, High Voltage Insulator Washing Units (Trailer Mounted) to be delivered 30 days ARO to FOB Baghdad, Iraq approximately 20 miles from Airport. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a.) Line item 0001, six (6) Hydraulic Rough Terrain Cranes (65 Ton,) used to perform maintenance and repair efforts of high voltage system. Specifications: 114 foot 4 section boom with 32 foot swing away jib; 2 winches with 1 inch wire rope on each winch; Ball, Rooster sheave; 4X4 and 4 way steer; 29.5 x 25 tires; Diesel engine; extension hoses; lights, turn signals and side lights. Sensors for drum rotation indicators and 12/24 parallel switch. b.) Line item 0002, four (4) High Voltage Insulator Washing Units with Accessories (Truck Mounted) used to clean the high voltage transmission lines and substation insulators on both a routine and as needed basis. The cleaning will minimize the occurrences of voltage arcing across the insulators. Specifications: Stainless steel water tank with 2,000 gal (7571 l), capacity hydraulically extended, telescopic booms. Operator?s work station with fully adjustable seat; intercom system between work station and cab; single handle ?joystick? controller for operation boom; single handle ?joystick? controller for wash monitor operation; automatic low water shutdown; water resistivity monitor; automatic throttle control; boom-mounted spotlights; automatic boom stow travel latch; front and rear straight-down outriggers, stays within mirrors; outrigger motion arm 375 degrees, non-continuous rotation; side water reels with 50 ft (15.2 m) of ? inch (19 mm) hose; stainless steel plumbing for water system; hydraulic driven water pump, 60 gpm (227 lpm) @ 1000 psi (69 bar) and, hydraulic oil cooler with 12 VDC fan and thermostat control tool storage compartment. c.) Line item 0003, four (4) High Voltage Insulator Washing Units with Accessories (Trailer Mounted), used to clean the high voltage transmission line and substation insulators on both a routine and as needed basis. The cleaning will minimize the occurrences of voltage arcing across the insulators. Specifications: Stainless Steel Water tank with 1,600 gal (6057 l) capacity; Hydraulic driven water pump; 44 gpm (167 lpm) @ 500 psi (3,792 kpa) and stainless steel plumbing for water system. The Contracting Officer will evaluate quotes on the basis of technical, price and past performance. The selection of a contractor for award will be based on the quality and specification strength in the area of the offeror?s technical proposal (offeror shall include detailed product description that highlights specifications and qualifications). Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The price will be considered, although of lesser importance than the technical proposal. Offerors should provide references for a minimum of three of the offeror?s customers (contracts and/or subcontracts) for items of similar scope. Projects cited and past performance references should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. The offeror?s record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the offeror?s quote. The technical quote will be more significant then the price quotes. However, price and past performance are of equal importance. Offerors should also discuss whether they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each item and total price for each item and the total price for all three (3) line items; (2) supporting information for proposed items that demonstrates they understand the specifications stated in the SOW; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); De-Ba?athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 May 2003, subject: De-Ba?athification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at http://cpa-iraq.org. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time), 11 Apr 04, to the following email address: cpa_contracting_act1@orha.centcom.mil, Attn: Contracting, Coalition Provisional Authority, Baghdad, Iraq. Questions in regards to this quotation should be directed to LtCol Kirk Wille at email willekc@orha.centcom.mil; faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Con
 
Place of Performance
Address: Coalition Provisional Authority, Baghdad
Country: Iraq
 
Record
SN00555688-W 20040330/040328211542 (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.