MODIFICATION
61 -- Electrical Workers Overhead Line Tools for CPA Restructuring of Iraqi Power Plants
- Notice Date
- 5/18/2004
- Notice Type
- Modification
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- 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-M-2360
- Response Due
- 5/26/2004
- Archive Date
- 6/10/2004
- Point of Contact
- Donald Croes, Contracting Officer, Phone 703-343-9220, Fax null,
- E-Mail Address
-
croesd@orha.centcom.mil
- Description
- This Amendment 07 to RFQ W914NS-04-Q-2360 is being issued to: (a) Change the closing dated to 26 May 2004 at 5:00PM Local Baghdad, Iraq time. (b) It is noted that requests from prospective offerors for clarification are addressed to the extent information is available to answer. No further request for clarification will be addressed. The specific responses by item number are as follows: Item 001, hydraulic compressor. AAC is Aluminium Alloy Conductor and ACSR is Aluminium Conductor Steel Reinforced. hydraulic compressor is best operated with hand pump of 7500 psi pressure. hydraulic compressor. Across flats (AF) and width of dies used in the head of the hydraulic compressor are a function of the design (outside diameter) of the compression deadend fitting and these parameters are usually given by the manufacturer of the deadend and can be specific to that design of deadend. Suggest manufacturer of deadend fitting is asked to recommend the die size (A/F and width) for installation of their fitting. This is required for the 'with complete accessories' part of the hydraulic compressor and accessories item. Item 002, Tifor machine. Tractel or Grip Hoist Model TU32 has a lifting capacity of 3200 kg and a pulling capacity of 5000 kg and is supplied with a shackle as standard. It is safer to use a shackle with a sling than an anchor hook. Therefore, shackle is accepted. Item 003, Traveller running out blocks. These are also known as running out blocks and are grooved pulleys for the conductors to move through during pulling-in stringing operations. Running out blocks for aluminium conductors are made of aluminium and for copper conductors are made of galv steel or alum with a rubber liner. Running out blocks are normally complete with upper eye for attachment to the tower via a sling. Photographs of running out blocks can be seen at www.cbsproducts.com Item 004, Pull lift. Hubbell (AB Chance) produce electrically driven hoists at upto 3000 lb load rating Item 005 and 7, Wire rope. Southwire in USA or Bridon Wire in UK are suppliers of steel wire rope. Item 006, Wire cutters for ACSR from 120/20 to 210/35. These conductors are sized 15.46 - 20.27mm diameter and Hubbell (AB Chance) hand operated long handle model C403-1423 or ratcheting model C403-2980 or CBS hand operated hydraulic cutter model D-805-025-F or hand operated ratchet cutter model D-806-32-F will cut this size ACSR conductor. It is suggested that replacement cutter heads and a storage bag should also be obtained at the time of ordering the wire cutters. Item 008, Tifor machine. Is DELETED, it is a duplicate of items 002. The Quantity of 200 previously assigned to item 008 are to be added to item 002 quantity of 100 making the quantity for item 002 now 300. (c) Completely Revised RFQ IS AS FOLLOW: 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 Amendment 07 COMPLETELY REVISES , W914NS-04-Q-2360 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 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Electrical Workers Overhead Line Tools consisting of 7 items as follows: ***ITEM 0001 quantity 100 each *** Hydraulic Compressor Head consisting of 100 ton compression capability with complete accessories and 9 sets of dies for Aluminum Conductor Steel Reinforced (ACSR) Conductor 120/20; ACSR Conductor 210/35; Aluminum Alloy Conductor(AAC) 50 mm2; AAC 70 mm2; AAC 95 mm2; Copper Conductor 150 mm2; Copper Conductor 400 mm2; with recommended spare parts and oil. No Suggested Brand name. ***ITEM 0002 quantity 300 EACH, TIRFOR LIFTING AND PULLING MACHINE, Complete with 30m steel rope, shackle, safety catch, and operating handle. With a lifting capacity of 3,200 kg and pulling capacity of 5,000kg. Suggested brand name name or equal is Tractel or Grip Hoist model TU32. *** ITEM 0003 quantity 1000 EACH - TRAVELLER RUNNING OUT BLOCKS - Suitable for Single ACSR Conductor for diameter 20.3 mm, complete with supporting sling. - No Suggested brand name type or like type/model; **** ITEM 0004 - quantity 100 EACH - PULL LIFT - Link Chain Hoist with 6m steel wire rope. Specifications include but are not limited to: lightweight aluminum casing with minimum headroom, adjustable upper and lower operational limit switches, friction clutch load limiter, IP 54 protection/Insulation class F, low voltage controls, emergency stop by main contractor, plug in **plug out control cable, and power supply 230/400 V, 3 phase ? 50Hz only, No Suggest brand name or Equal; *** ITEM 0005 quantity 2000m with a per unit cost in terms of -Per/80m- WIRE ROPE 1.5 ton capacity, with 15.6m m diameter. Suggested brand name type or like type/model; None. Possible suppliers are Southwire in USA or Bridon Wire in UK. ***ITEM 0006 ? quantity 200 EACH - WIRE CUTTTER - Capable of cutting through varied thicknesses of wire rope. And ACSR conductors 120/20 and 210/35. Suggest brand name type or Equal Hubbell (AB chance) model C403-1423 or C403-2980 or CBS model D-805-025-F or D-806-32-F or Equal or ; ***ITEM 0007 quantity 2000m per unit in meters - STEEL WIRE- with 17,000kg breaking load with 400pcs connector. None, known suppliers are Southwire in USA or Bridon Wire in UK . Delivery 30 days ARO to FOB Baghdad, Iraq approximately 20 miles from Airport. Alternate and multiple deliveries may be proposed. Detailed shipping instructions will be included with the actual award document. Payment terms Net 30 wire to wire SWFT transfer after Physical Inspection at Destination. All Cost included, Firm-Fixed Price. All Tariffs, duties and Taxes are the responsibility of the Contractor. . Customs Levy Exemption. The contractor receiving award of a Contract shall prepare the Reconstruction Levy Exemption Form at the Logistics Tab on www.Rebuilding-Iraq.net for any shipments of materiel or equipment imported into Iraq in performance of resultant contract from this RFQ. The completed form must accompany each shipment into Iraq and a copy emailed to pmo-sloc@baghdadforum.com NOTE: All shipments shall be marked **Iraq Reconstruction Program and Shipment in transit for Humanitarian Purposes**. Proposal Submission **Proposal shall be submitted in three severable volumes (Technical and Delivery, Past Performance and Price). The TECHNICAL PROPOSAL PORTION and DELIVERY PROPOSAL PORTION (in one volume)- Items are to be proposed based on the descriptions provided and as clarified in amendment 07. When there is a question as to the specification requirement the offerors are to submit based on best commercial information available. Offers may offer alternatives for each item. They must be severable from other alternatives and identified separately as well in the Delivery and Pricing proposal portions to clearly track back to each alternative?s technical proposal description. They must be identified in your offer as ALTERNATIVE NO. 1; ALTERNATIVE NO.2 etc. etc.. Offerors must provide complete descriptive information for each items and alternative separately to include: brochures; Manufactures name; Model number/part number; Specifications; data sheets etc; and any other information etc that clearly represents the item being proposed. Submission of sufficient data information etc. to clearly define the items or items being proposed is incumbent on the offeror. Submission of the technical description as included in the RFQ without the associated DESCRIPTIVE INFORMATION may render your offer unacceptable. The detailed product description that highlights specifications, qualifications; catalogue pages; brochures; specification and or data sheets that shall track back to or be indentified to the ITEM NUMBERS REQUIREMENTS AND NAMES AS IDENTIFIED IN THIS MESSAGE ABOVE. 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 items being proposed. DELIVERY shall be as requested 30 days ARO or earliest possible date and shall detail how it will assure that delivery will be accomplished to arrive in the time frame offered. Alternative delivery time frames may be proposed including multiple shipment or staggered delivery time frames - The PAST PERFORMANCE PORTION- Offerors should provide references for a minimum of three of the offerors customers (contracts and/or subcontracts) for items of similar scope. References should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The PRICING PROPOSAL PORTION - pricing shall be supported by catalogue or commercial pricing data separate from the technical portion of the proposal and identified to each ITEM in the RFQ. The Contracting Officer will EVALUATE QUOTES on the basis on the overall Best Value considering the Technical; Delivery; Past Performance and Prices proposed. Factors for Award are listed in descending order of importance as follows: 1) Technical; 2) Delivery; 3) Past Performance; and 4) Price. Delivery will be evaluated on the basis compliance to the requested delivery date. Alternative delivery times frames will be evaluated considering the rationale submitted to support the alternatives delivery and the schedule that is in the best interest of the Government. The PAST PERFORMANCE PROPOSAL portion will be evaluated in order to determine responsibility and risk to perform. The Government will focus on information that demonstrates timely deliveries and customer satisfaction with quality and performance of items relative to the size and complexity of the procurement under consideration. The offerors record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the offerors quote. The Proposed PRICE PROPOSAL portions will be evaluated based on prices alone. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation - Commercial Items, offerors should submit with their quotation: (1) Technical, Delivery; Price and Past Performance as detailed above (2) COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - Commercial Items (MAY 2002), and Alternate I (APR 2002); (3) Contractors Duns and Bradstreet (DUNS) number; (4) Contractors Cage Code; and (5) 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 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 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 identified by the RFQ Number and all Applicable documentation IAW FAR 52.212-1 no later than 5:00 P.M. (Baghdad Time), 26 May 2004, to the following email address: cpa_contracting_act1@orha.centcom.mil, Attn: Contracting, Coalition Provisional Authority, Baghdad, Iraq. ***Questions in regards to this quotation should be directed to DON CROES at email croesd@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. 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-MAY-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Place of Performance
- Address: Baghdad
- Zip Code: 09316
- Country: Iraq
- Zip Code: 09316
- Record
- SN00589032-W 20040521/040519213746 (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 |