SOLICITATION NOTICE
22 -- Intermodal Container Handler
- Notice Date
- 4/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339999
— All Other Miscellaneous 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-0162
- Response Due
- 4/18/2004
- Archive Date
- 5/3/2004
- Point of Contact
- Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
- E-Mail Address
-
troncosom@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-0162 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 21, effective 04/02/04 and DFARS Change Notice 20040323. The associated NAICS code is 339999. The Coalition Provisional Authority (CPA) desires efficient movement of materials between sea ports, rail heads, and truck carriers. In an effort toward fulfilling this desire, the CPA, Baghdad, Iraq has a requirement for Intermodal Container Handlers to allow movement of intermodal containers between intermodal container wagons and flatbed trailers, to be delivered 120 days ARO to the Baghdad Central Station, Baghdad, Iraq. Description and minimum specification requirements are: a.) Line item 0001, four (4) Taylor Machine Work THDC-954 Mast-type Intermodal Container Handler (ICH) or equal with a one-year mechanical and structural warranty to begin at time of acceptance. Warranty includes on-site (buyer?s site) repair of major mechanical and structural failures including parts and labor. A major mechanical or structural failure is defined as a failure that reduces operation below the minimum operating standards as listed below or that creates an unsafe environment. Response time for repairs under this warranty is less than 30 days. MINIMUM OPERATING REQUIREMENTS: Capability of stacking loaded containers 4 high Rated 2-high stacking capacity at 101- in. at center of load: 80,000 lbs. Rated 3 & 4 high stacking capacity at 101- in. at center of load: 75,000 lbs. Outside turn radius 315 in Under-clearance 15 in Travel speed (max) forward and reverse 14 mph empty, 13 mph loaded Lift speed loaded 47 fpm, empty 50 fpm Lowering speed 60 fpm Telescopic mast and container attachment capable of handling 20?, 40? or 45? ISO containers Operating temperature range: max air temp 65 degrees C, min air temp -5 degrees C, max relative humidity 90 percent in winter, 13 percent in summer. SPECIFICATIONS: Cummins QSM 11-330 electronic turbocharged diesel engine or equal Fuel tank capacity 230 gal Two-stage, heavy duty, dry air cleaner, certified for service in environment with excessive airborne sand Cooling system certified for service at max outside air temp of 65 degrees C Crew cab with air conditioning system certified for service at max outside air temp of 65 degrees C Three speed, modulated, fully reversing power-shift transmission with separate air to oil cooler. Torque converter with constant mesh gear sets actuated by hydraulic clutch packs. Internal force-cooled, wet disc service brakes Hydrostatic steering system 200 gallon hydraulic tank with spin-on tank breather, dual wire-mesh strainers, full flow 10 micron return line filter. Self-aligning, bearing mounted lift cylinders with chrome plated rods and self-adjusting packing, Fire suppressant kit Exterior lettering shall be applied according to International Union of Railways (UIC) and Iraq Republic Railways (IRR) standards Each ICH shall be accompanied by any required tools, initial spare parts (one year supply) and literature that identifies the parts and instructs on the use of the spare parts and tools. This literature shall be in Standard Arabic and English. b.) Line item 0002, A one-year, on-site (buyer?s site) maintenance agreement for any parts and service not already covered in the warranty for the ICHs in Line Item 0001. Maintenance agreement begins at time of acceptance. c.) Line item 0003, Training for up to 25 IRR employees for operation and maintenance of the ICHs. Class-room and hands-on training will provide operators the capability of loading and off-loading truck trailers, intermodal train trailers, and loading from ground level to rail and truck. Each student shall be provided an operations and maintenance manual. This manual shall be in Standard Arabic and English and shall contain unpacking and installation instructions; technical data to include illustrations showing part number of the components, assemblies and subassemblies; functional description of machine and subassemblies; operating, safety, and emergency procedures; troubleshooting guide; and preventive maintenance schedules and practices; and corrective maintenance procedures. Desired delivery date for contract line 0001, is 120 days after receipt of order. Contract item 0002 is to begin the day of acceptance for each ICH. Contract Item 0003 is to begin 30 days after the acceptance of the last ICH. Delivery destination is the Baghdad Central Station, Baghdad, Iraq; UTM 38S MB 42252 87280. Delivery Duty Unpaid, Cost, Insurance & Freight (DDU/CIF). The provision at 52.212-1, Instructions to Offerors?Commercial applies to this acquisition as well as the following addenda: Offeror shall submit information on their past performance in like or similar acquisitions in the last three years. The Offeror will provide no more than three pages of past performance information. Use type characters no smaller that 10 pitch. 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. In addition: The Offeror shall provide its address and location of its headquarters, countries where it legally operates sales and services facilities, length of time under current ownership and length of time selling cargo movement equipment. Offeror?s technical proposal (including warranty and delivery terms) shall be no longer than four pages including brochures, and other sales literature. Use type characters no smaller that 10 pitch. Offeror?s pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. No attachments are allowed. 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. Offeror shall submit an original proposal and one copy. Proposals / quotes shall be in English. The proposal shall be easily segregated between price, technical and past performance. Both the original and copy may be transmitted via e-mail. The copy of the proposal submitted is for evaluation purposes and shall not bear any logos, trademarks, company names or points of contact information that would identify the Offeror. The provision at 52.212-2. Evaluation?Commercial Items applies to this acquisition as well as the following addenda: 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. 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. In the technical proposal, Offerors shall also discuss whether they will be able to comply with the delivery and warranty requirements. The price will be considered. 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. 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 and past performance proposals will be more significant then the price. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications?Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders?Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The quote / proposal is due at 1700 hours, Baghdad time, on 18 April 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, clementsc@orha.centcom.mil. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq.
- Place of Performance
- Address: Delivery destination is the Baghdad Central Station, Baghdad, Iraq; UTM 38S MB 42252 87280.
- Record
- SN00559711-W 20040405/040403211639 (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 |