SOLICITATION NOTICE
68 -- Fuel Additive/Inhibitor
- Notice Date
- 5/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- Department of the Army, Project and Contracting Office, Joint Contracting Command-Iraq, PARC Reconstruction, US Embassy Palace APO, Baghdad, Iraq, AE, 09316
- ZIP Code
- 09316
- Solicitation Number
- W914NS-05-R-2039
- Response Due
- 6/3/2005
- Archive Date
- 8/31/2005
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. Proposals are being requested and a written solicitation is available via email from robert.mayfield@pco-iraq.net. This solicitation is also being posted to the PCO website www.rebuilding-iraq.net. The Project and Contracting Office, Baghdad, Iraq has a requirement for jet turbine fuel additive/inhibitor. The quantity is 600 barrels/drums assuming that each barrel/drum is 55 US gallons. Please indicate the actual quantity that is in a barrel/drum. At this time it is unknown if bulk containers are an option. Offerors are encouraged to provide an alternate proposal for bulk delivery. If an alternate proposal is provided please give details of the type container. Offerors should indicate their minimum order quantity as well as base their incremental pricing on quantities that make for full loads. Delivery should be within 15 days after a contract is awarded as a result of this solicitation. The additive should be delivered to Baghdad. A complete ?Ship To/Mark For? address will be provided at the time of the contract award. This solicitation, W914NS-05-R-2039, is issued as a Request for Proposal (RFP). The additive we will be procuring is for turbines used for generation of electricity. The additive will be used with Heavy Fuel Oil (HFO). It should be a product such as KI200 manufactured by Bharat Heavy Electricals Limited, Turbotect 134, or Alpha Laval Alpacon 128. 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 2001-23 and DFARS Change Notice 20040513. The associated NAICS code is 424690. All interested offerors shall provide specifications in English of the product they are proposing on. The Contracting Officer will evaluate proposals on the basis of price and technical acceptability equally. Delivery schedule will be a factor of consideration as well as past performance. All of these factors will be of equal importance. Proposals must provide documentary evidence in support of any statements relating to promised performance. Offerors must state whether they will be able to comply with delivery requirements. In accordance with Federal Acquisition Regulation 52.216.1 Type of Contract, the Government anticipates award of a firm fixed price contract(s). Multiple awards may be necessary in order to meet the delivery requirements and the schedule as well as the desire to test several products to determine which one(s) works best in the application it will be used in. It is the Governments desire to request proposals for product delivered F.o.b. Baghdad, Iraq. In order to get as much competition as possible we will also accept proposals for F.o.b. Origin. Offerors may also propose other ports within Iraq such as the Port of Um Qasr. If destinations other than Baghdad are proposed the Government will do an evaluation of transportation costs. Since it is very likely that multiple awards will be made it is requested that incremental pricing be offered in order that evaluation of prices can be made. Please indicate with your proposal the unit of issue. If it is barrel please indicate the quantity in US gallons per barrel. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their proposals: (1) Price proposal which shows the proposed unit price of the inhibitor (2) Technical documentation featuring the salient characteristics of the inhibitor/fuel additive that demonstrates that it will meet our requirement (3) Past performance history which demonstrates the offerors ability to provide the required product (4) Delivery schedule (5) Completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2002), and Alternate I (Apr 2002); Contractor Dunn and Bradstreet (DUNS) number (6) Contractor CAGE Code; Affirmation that it has an active registration in the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this 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 (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 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 proposals no later than 11:00 PM (Baghdad Time) 3 June 2005, to the following email address robert.mayfield@pco-iraq.net. Reference the RFQ solicitation number in all correspondence regarding the solicitation. Copies of the above referenced clauses are available at http://www.arnet.gov/far/. Please note that any amendments to this solicitation will 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 proposal for submission. Contractors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to award of any Government contract. There are exceptions to this requirement for foreign contractors and some of the above clauses do not apply to foreign contractors if manufacturing point is outside of the United States.
- Place of Performance
- Address: Baghdad
- Country: Iraq
- Country: Iraq
- Record
- SN00818071-W 20050530/050528211645 (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 |