Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2004 FBO #0889
SOLICITATION NOTICE

22 -- Dalian Locomotive Spare Parts

Notice Date
5/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation 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-0157
 
Response Due
5/8/2004
 
Archive Date
5/25/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9216, - Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
 
E-Mail Address
walters@orha.centcom.mil, 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-0157 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 336999. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for all sixty-six (66) Contract Line Items (CLIN) to be delivered 90 days ARO to Baghdad Central Station (grid zone coordinates: MB 42252 87280). Description and specification requirements for the CLINs are as follows: CLIN ITEM Qty. Cost Total Cost 0001 Air Condition Control Box 15 $______ $______ 0002 Air Condition Converter 25 $______ $______ 0003 Air Condition Converter Breaker 30 $______ $______ 0004 Air Condition Convert. Cont. Box 30 $______ $______ 0005 Air Condition Fan 40 $______ $______ 0006 Air Filter Assy for the Compres. 103 $______ $______ 0007 Alternator Volt. and Curnt. Met. 25 $______ $______ 0008 Automatic Drain Valve 5 $______ $______ 0009 Auxiliary Contacts of Contactor 132 $______ $______ 0010 Base for the Governor 13 $______ $______ 0011 Battery (each set with 52 cells) 10 $______ $______ 0012 Battery Voltage and Current Meter 30 $______ $______ 0013 Carbon Brush for Starting Motor 564 $______ $______ 0014 Carrier for Brake Shoes 200 $______ $______ 0015 Complete Lamp for Cabinet 50 $______ $______ 0016 Cover of Mark Lamp 50 $______ $______ 0017 Driver Cabinet Fan 66 $______ $______ 0018 Driver Controller 15 $______ $______ 0019 Dupl. Press. Gauge (r-brake pipe) 20 $______ $______ 0020 Dupl. Press. Gauge (r-brake resv) 20 $______ $______ 0021 Duplex Pressure Gauge (r-main) 20 $______ $______ 0022 Dust Motor Complete 14 $______ $______ 0023 Electric Cooker 42 $______ $______ 0024 Engine Speed Gauge (engine room) 15 $______ $______ 0025 Engine Speed Meter 30 $______ $______ 0026 Excitation Regulator 20 $______ $______ 0027 Failure Display Indicator 20 $______ $______ 0028 Fan for Air Condition Converter 15 $______ $______ 0029 Fire Alarm Controller 5 $______ $______ 0030 Fire Alarm Display 5 $______ $______ 0031 Fuel Pump 15 $______ $______ 0032 Gauge Assembly (engine room) 10 $______ $______ 0033 Handle for Air Brake 5 $______ $______ 0034 Head Light 74v 400w 26 $______ $______ 0035 Heat Radiator (2000w) 61 $______ $______ 0036 Heat Radiator (600w) 76 $______ $______ 0037 Holder Complete for Cabinet 28 $______ $______ 0038 Horn 22 $______ $______ 0039 Lamp 74v 25w 780 $______ $______ 0040 Loco Incident Recorder 2 $______ $______ 0041 Loco Speed Meter 1 & 2 14 $______ $______ 0042 Micr. & Loudspkr (whole assy.) 46 $______ $______ 0043 Nylon Rope 100 $______ $______ 0044 Nylon Rope (small) 50 $______ $______ 0045 Oil Gauge for Compressor 20 $______ $______ 0046 Oil Gauge Glass for Governor 5 $______ $______ 0047 Oil Temp and Fuel Pressure Gauge 30 $______ $______ 0048 Rear View Mirror Assembly 100 $______ $______ 0049 Rear View Mirror Junction Box 100 $______ $______ 0050 Rear View Mirror Knob 100 $______ $______ 0051 Red Mark Lamp 100 $______ $______ 0052 Refrigerator 80 $______ $______ 0053 Refrigerator Power Converter 50 $______ $______ 0054 Rubber Washer for Extend Dynamic Brake Contactor 495 $______ $______ 0055 Screen Wiper (whole assembly) 30 $______ $______ 0056 Socket for Excitation Regulator 13 $______ $______ 0057 Special Scopemeter (for a/c) 1 $______ $______ 0058 Step Motor 50 $______ $______ 0059 Tacho Generator 30 $______ $______ 0060 The Cover for Oil Filter 30 $______ $______ 0061 Tools Complete Sets 3 $______ $______ 0062 Traction Motor Current Meter 50 $______ $______ 0063 Warm System Breaker 9 $______ $______ 0064 Water Level Indicator 20 $______ $______ 0065 Water Temp & Oil Pressure Gauge 20 $______ $______ 0066 White Mark Lamp 74v 200w 500 $______ $______ TOTAL $__________________. The Contracting Officer will evaluate quotes on the basis of technical (capability of the item offered to meet the specifications listed above), price and past performance; technical ability is more important than past performance and price. Past Performance and Price are of equal importance. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 90 days ARO. Acceptance will be by the Baghdad Central Station (grid zone coordinates: MB 42252 87280). The provision at 52.212-1, Instructions to Offerors—Commercial applies to this acquisition as well as the following addenda: Offerors shall submit information on their past performance in like or similar acquisitions in the last three years. The Offerors will provide no more than two 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. Offerors’ technical proposal (including delivery terms) shall be no longer than three pages. Use type characters no smaller that 10 pitch. Offerors’ pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. 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 an original proposal and one copy. The proposal shall be easily segregated between contract line items (CLIN) 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. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation – Commercial Items, offerors should submit with their quotation: (1) a price proposal 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 66 line items; (2) supporting information for proposed items that demonstrates a clear understanding of the specifications stated in the SOW but not exceeding the provision at 52.212-1 as delineated above; (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. The following clauses and provisions 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 52.219-6 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 (all applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above), no later than 5:00 P.M. (Baghdad Time), 8 May 2004, to the following email address: walters@orha.centcom.mil. Postal 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 walters@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. Contractors should be registered in the Central Contractor’s Registration database (www.ccr.gov) prior to the award of any Government Contract. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-Q-0157/listing.html)
 
Place of Performance
Address: Baghdad Central Station
Country: Iraq
 
Record
SN00578432-F 20040503/040501213742 (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.