Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2004 FBO #1093
SOLICITATION NOTICE

61 -- Install electrical Network Kerbala Governorate

Notice Date
11/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09316
 
ZIP Code
09316
 
Solicitation Number
W914NS-05-Q-2021
 
Response Due
12/8/2004
 
Archive Date
12/23/2004
 
Description
General Description: Supply, install and test a new overhead line power distribution and street lighting system for Al-Askary New Residential Area in Kerbala Governorate as shown on the route map following ?Civil Works and Other Ministry of Electricity (ME) Requirements for Overhead Lines? and other applicable ME standard specifications and drawings. Locations: Al- Askary New Residential Area in Kerbala Governorate Required Materials: The contractor shall provide all necessary materials (listed below), labor and any necessary construction equipment or materials as needed to complete the project. All materials utilized on this project will be new and of the highest quality and suitable for the purpose intended. The contractor will provide proof of compliance with this material requirement to the ME who will certify the adequacy of the contractor?s material and the validity of the associated purchase documentation by signing the documentation and forwarding a copy to the PCO contract officer. The contractor will submit the original of the ME signed documentation to the PCO contract officer with the contractor?s invoice for the material. No. Material Measurement Unit QTY 1 Tubular steel pole 11m long per ME Specification No. D-22, Dated 2001 Number 36 2 Lattice steel poles 11m long per ME Specification No. D-46, Dated 2001 Number 7 3 Single bracket with clamps and screw Number 36 4 11kV Pin Insulator with spindle with long shaft per ME Specification No. D-24, Dated 2001 Number 130 5 11kV Disk insulator tension string with accessories per ME Specification No. D-24, Dated 2001 Number 84 6 Aluminum wires 120 mm2 per ME Specification No. D-47, Dated 2001 Meter 4000 7 Double bracket with clamps and screw Number 7 8 Concrete Cubic Meter 56 9 630kVA, 11/0.4kV kiosk transformer with accessories per ME Specification No. D-06, Dated 2001 Number 4 10 Termination box Number 16 11 11 kV, 3 x 15 mm2, XLPE insulated, PVC jacketed cable per ME Specification No. D-03, Dated 2001 Meter 120 12 Tubular Steel Pole 9m long per ME Specification No. D-22, Dated 2001 Number 56 13 Lattice steel poles 9m long per ME Specification No. D-46, Dated 2001 Number 30 14 11kV, three phase, outdoor heat shrinkable, terminal Kit for 3 x 15 mm2, XLPE insulated, PVC jacketed cable Number 4 15 11kV, three phase, indoor heat shrinkable, terminal Kit for 3 x 15 mm2, XLPE insulated, PVC jacketed cable Number 4 16 Twisted Cable (3x120+70+16) mm2 per ME Specification No. D-30, Dated 2001 Meter 2000 17 Twisted cable (3x95+50+16) mm2 per ME Specification No. D-30, Dated 2001 Meter 2000 18 Hanger Hook Number 129 19 Hook Number 129 20 Tension clamp (Dead end clamp) Number 70 21 11 kV, 300A, 31.5kAIC, three phase, manually gang operated, pole mounted fused disconnect switch per ME Specification No. D-25, Dated 2001 Set 4 Scope of Work: NO CHANGES TO THE WORK DESCRIBED IN THIS SCOPE OF WORK WILL BE MADE UNLESS APPROVED IN WRITING BY THE PROJECT AND CONTRACT OFFICE. THE PCO WILL REFUSE PAYMENT OF ANY OUT OF SCOPE WORK NOT APPROVED IN WRITING BY THE PCO. The contractor prior to submitting his bid shall arrange to visit the project site in order to familiarize himself with the local conditions in sufficient detail to enable him to prepare a firm fixed price proposal to accomplish the project as detailed in this scope of work. Local conditions will not be an acceptable reason for the contractor to seek an extension of his proposed schedule or an increase in the contract price after award of a contract for the work performed under this scope of work. All work performed and material supplied under the requirements of this scope of work will be inspected by the ME and/or the PCO. Acceptance or approval of any will be obtained from the contracting officer who will take into consideration the comments and advise of the ME. Prior to commencing any procurement or construction activities the contractor shall submit the following drawings for each area to be electrified to the PCO contracting officer: A route plan for the each of the overhead line(s) described in this scope of work showing the location and type of each pole used in the construction of the power distribution line. Typical installation details including typical pole drawings, pole foundation drawings, etc. Typical termination diagrams for all bare overhead conductors. The contractor shall engineer, procure, construct, test and place in service the overhead lines described in this Scope of Work in accordance with the requirements of the ME specifications, standard drawings, bills of material and other documents listed below in Reference Design Documents and attached to this scope of work. The work shall include, but not be limited to: all necessary excavation and backfilling, structural concrete, equipment erection, cable installation and cable terminations and cable testing in accordance with ME specifications and documents listed below in Reference Design Documents. The contractor shall provide all required civil works consisting of: surveys to locate the 11kV line poles, excavating; forming, concrete pouring and backfilling of 11kV distribution line pole foundations for the overhead line(s). The following criteria shall be used in location the line poles for each 11kV overhead power distribution line described in this scope of work: a. End on line poles will be provided at both ends of each overhead line b. One intermediate stress reliving pole will be provided for every ten (10) intermediate pole in the line c. When a turning pole is installed in the line it will be considered to be a stress reliving pole as well as a turning pole. d. The normal horizontal distance between line poles will be 35 meters e. When a given type of line pole requires the use of pin type insulators they shall be Porcelain type for 11kV lines The following dimensions shall be used for manually digging excavations for the Indicated line pole foundations: 11 m long pole ? 1000mmL x 600mmW x 2000mmD 9 m long pole ? 1000mmL x 600mmW x 1500mmD The length of the pole inserted into the foundation excavation for the indicated line pole shall be: 11m long pole ? 2000mm 9m long pole ? 1500 mm The pole foundation form work shall extend 200mm above the normal grade level and at least 100mm beyond the outside of the pole. The foundation shall be poured using a 1:2:4 mix of resistant cement having a density of 400kg/m3 and shall extend to 200mm above the normal grade level. All excavation, forming and concrete pouring shall be inspected and approved by the ME in conjunction with the PCO. The contractor will coordinate with Mr. Khushaba Sulaqa, Director General, Middle Distribution Company or his designated project site engineer and the PCO resident engineer to arrange for the ME witnessing of inspections and tests and technical review of changes to the work for technical and quality adequacy of proposed resolution of problems associated with the work. The maximum allowable voltage drops for various parts of the distribution system shall Be as follows: Portion of System %Voltage Drop Medium Voltage 11 kV Feeder 6-7 Transformer 11kVkV/230/400V 3 Low Voltage Lines (230V/400V) 5-6 Total 16% The following is detailed description of the work to be performed and the material to be supplied for each overhead power distribution line installed as part of this scope of work. The exact locations and types of line poles will be determined by the contractor with the concurrence of the Ministry of Electricity Engineer. It is further the contractor?s responsibility to verify that quantities shown in the material required column below are adequate to complete the associated task prior to submitting his bid proposal. The contractor shall prepare and submit a route map and topographical map of the design of for each overhead line install in each area for approval to the contracting officer prior to the commencement of a work in the area. These drawing will show the location and type of all overhead line poles, the span distances and line sag for each span of the overhead line. These drawing must be approved by the PCO contracting officer with the consent of the ME before any work in an area may proceed. The following is detailed description of the work to be performed part of this scope of work. The exact locations and types of line poles will be determined by the contractor with the concurrence of the Ministry of Electricity Engineer. The work shall consist of supply, installation and testing of: A single circuit 11kV overhead distribution line 1.33 km long using 120mm2 AAC cable suspended from two(2) 11m lattice towers, one(1) 11m lattice line section tower, four(4) 11m lattice turning poles, four(4) 11m tubular steel pole ?H? termination structures and twenty-eight(28) 11m tubular steel intermediate line poles Four(4) ?H? frame terminal structures each consisting of:, an 11kV, three phase, manually gang operated, pole mounted fused disconnect switch, two (2) 11m tubular steel poles as shown in attached drawing DSS-TP-700,dated Sept. 6, 2001 Four (4) 630kVA, 11/0.4kV, outdoor type pad mounted distribution transformers, including suitable foundations, underground conduit large enough to accommodate a 3x15mm2, 11kV, XLPE insulated copper cable from the transformer to the ?H? frame terminal structures, four 30m runs of 3x15mm2, 11kV. XLPE insulated copper cable, termination of the four (4) of 3x15mm2, 11kV. XLPE insulated copper cable four (4) outdoor, three phase heat-shrinkable terminal kits for of 3x15mm2, 11kV. XLPE insulated copper cable and four (4) indoor, three phase heat-shrinkable terminal kits for of 3x15mm2, 11kV. XLPE insulated copper cable 2000 m of (3x120+70+16)mm2 and 2000 m of (3x120+70+16)mm2 1000 Volt twisted aerial cable supported on thirty (30) 9m lattice pole and fifty-six(56) 9m tubular poles an show on the project route map attached to this scope of work. Security: The contractor will be responsible for maintaining security on the work site 24 hours per day in order to deter theft of materials. Any lost materials will be the responsibility of the contractor. The project will be jointly managed by the PCO and the ME. PCO personnel or their authorized representatives will be responsible for monitoring project progress and making payments to the contractor. ME personnel will be responsible for inspections, quality assurance, quality control, line testing and permits. Labor: All supervision, skilled and unskilled labor to the maximum extent practical must be hired from the local area surrounding the project sites. Manual construction techniques are preferred in order to maximize the amount of labor on the project. 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 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 Dun 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 2000) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 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); 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, 8 December 2004, to the following email address: andrew.day@cpa-iq.org Attn: Program and Contracting Office. Questions in regards to this quotation shall be directed to Mr. Larry Farren at email larry.farren@cpa-iq.org; faxed quotes will NOT be accepted. Verbal questions will not be accepted and only emailed or written questions will be answered. 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 Contract.
 
Place of Performance
Address: Al Astary Residential Area/Karbala governorate
Country: Iraq
 
Record
SN00711474-W 20041123/041121211514 (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.