Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2004 FBO #0924
SOLICITATION NOTICE

34 -- Thermite Welding Supplies

Notice Date
6/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
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-0176
 
Response Due
6/20/2004
 
Archive Date
7/5/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9218, - Richard Nalwasky, Contracting Officer, Phone 703-343-9218,
 
E-Mail Address
walter.walter@cpa-iq.org, richard.nalwasky@cpa-iq.org
 
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-0176, 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 333992. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Thermite Welding Supplies. All Contract Line Items (CLINs) have a desired delivery time of 120 days ARO and a required delivery time of 180 days ARO in accordance with FAR 52.211-9, Desired and Required Time of Delivery listed below. Delivery will be FOB Destination and all costs associated with shipping will be included in the price to Baghdad Central Station, Iraq.; there is no separate line item for shipping costs. The successful offeror will be issued a customs levy exemption certificate but must make all arrangements for delivery. Description and specification requirements: CLIN 0001 ? Welders, One Meter straight edge c/w storage box & COF: 20 Ea. $______________; CLIN 0002 ? Thermi Weld Kit for UIC 60 Grade 900 with Prefabricated molds (UIC 60), bottom plate, and sand plug self-tapping thimple: 1,250 Ea. $__________________; CLIN 0003 ? Ignition Brands: 1,250 Ea. $_____________; CLIN 0004 ? Luting Paste (10 kg bucket): 3,000 Ea. $_______________; CLIN 0005 ? Sheeted crucible: 1,250 Ea. $_________________; CLIN 0006 ? Complete Pre-Heater (22-holes): 20 Ea. $_____________; CLIN 0007 ? Pre-Heater support for Rail Vignole: 20 Ea. $________________; CLIN 0008 ? Flash Guard for Propane Regulator: 20 Ea. $____________; CLIN 0009 ? Flash Guard for Oxygen Regulator: 20 Ea. $____________; CLIN 0010 ? Flash Back Arrestor for Propane Mixer: 20 Ea. $____________; CLIN 0011 ? Flash Back Arrestor for Oxygen Mixer: 20 Ea. $____________; CLIN 0012 ? Propane hoses 10/17 (10-meter): 20 Ea. $____________; CLIN 0013 ? Oxygen Hoses 10/17 (10-meter): 20 Ea. $______________; CLIN 0014 ? Propane Regulator: 20 Ea. $_____________; CLIN 0015 ? Oxygen Regulator: 20 Ea. $____________; CLIN 0016 ? Oxygen Cylinder: 200 Ea. $_________________; CLIN 0017 ? Sheeted Crucible with support (complete set): 20 Ea. $_____________; CLIN 0018 ? Clamp Assembly System: 20 Ea. $_____________; CLIN 0019 ? Crucible Support Frame: 20 Ea. $______________; CLIN 0020 ? Axial Crucible Stand: 20 Ea. $____________; CLIN 0021 ? Molds Frames (set of 2 (UIC 60): 20 Ea. $_____________; CLIN 0022 ? Bottom Plate: 20 Ea. $_______________; CLIN 0023 ? Slag Tray: 20 Ea. $_____________. TOTAL ALL CLINs: $__________________. The Contracting Officer will evaluate quotes based on technical capability of the items listed. The selection of a contractor for award will be based on the specification strength and quality in the area of the offeror?s technical proposal. Offerors shall include a detailed product description that highlights specifications and quality. The technical proposal will be more important than price. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. 52.211-9 Desired and Required Time of Delivery. DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997) (a) The Government desires delivery to be made according to the following schedule. DESIRED DELIVERY SCHEDULE - Items No: CLIN 0001-0026; Quantity: Various; 120 DAYS AFTER DATE OF CONTRACT. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror?s proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government?s required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - Items No.: CLIN 0001-0026; Quantity: Various; 180 DAYS AFTER DATE OF CONTRACT. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR?S PROPOSED DELIVERY SCHEDULE - Item No.: __________; Quantity: _______; WITHIN _______ DAYS AFTER DATE OF CONTRACT. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause) Offerors shall also discuss how they will be able to comply with the delivery requirements. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors?Commercial Items, as well as the following instructions: In order to make a determination of responsibility, offerors shall submit information on their past performance in like or similar acquisitions in the last three years. Offerors will provide no more than two pages of past performance information. 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 including e-mail address and telephone number. Offerors? technical proposal shall be no longer than three pages; self-certification pages under 52.212-3 listed below do not count against this limit. Offerors? pricing data shall be no longer than two pages. No attachments are allowed and only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. Offerors shall submit a proposal which shall be quoted in US dollars and which may be transmitted via e-mail. Compressed (e.g., zip) or executable files (e.g., exe) are not permitted! Offers based on Irrevocable Letters of Credit (L/C) will be considered non-responsive. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) a price proposal in US Dollars which shows the proposed unit price for each line item, the extended total price for each line item, and the total overall price for all contract line items; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the CLINs; (3) a 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. Note: Contractors must be registered in the Central Contractor?s Registration database in order to receive payment, should they receive a Government contract award! The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002) as augmented by the Department of Defense FAR Supplement (DFARS); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002), to include the following subparagraphs--FAR 52.222-3 Convict Labor (AUG 1996); 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 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); and 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 (found at http://cpa-iraq.org). In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed priced contract. Acceptance will be by the Baghdad Central Station, Iraq (grid zone coordinates:MB 42252 87280). All interested, responsible firms may submit quotes (applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above) which must be received no later than 5:00 P.M. (Baghdad Time), 14 May, 2004 at the following email address: walter.walter@cpa-iq.org. Franked mail must be delivered to: Republican Presidential Palace, Attn: Contracting, Coalition Provisional Authority, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walter.walter@cpa-iq.org; 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.
 
Place of Performance
Address: Baghdad Central Station
Country: Iraq
 
Record
SN00599110-W 20040607/040606115802 (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.