Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
MODIFICATION

61 -- RFQ to Acquire Electrical Worker Ladders, Hot Sticks and Portable Earth Grounding Equipment

Notice Date
5/21/2004
 
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-Q-2361
 
Response Due
5/28/2004
 
Archive Date
6/12/2004
 
Point of Contact
Donald Croes, Contracting Officer, Phone 703-343-9220, Fax null,
 
E-Mail Address
croesd@orha.centcom.mil
 
Description
The amendment 05 is being issued to** a. Provide the Government Responses to the Clarification Question asked by prospective offerors ; b. to adjust the RFQ as necessary and c. to change the proposal submission requirements; d. to change the delivery requirements; e. to change the evaluation criteria for delivery date; f. Extend the Closing date of the RFQ until 05-28-2004 and 5:00PM Local Baghdad time g. No further Clarifications questions will be addressed The Government?s responses to clarification questions are as follows: Item 003, disconnecting hot sticks. Hubbell (AB Chance) hot stick model C403-1018 is suitable for use on 11 kV lines, model C403-1020 is suitable for use on 33 kV lines and model C403-1022 is suitable for use on 132 kV lines Item 004, hot stick tester. Hubbell (AB Chance) model C403-3179 is their 230v wet/dry hot stick tester. Item 005, portable earth grounding equipment. Hubbell (AB Chance) cluster grounding clamp is model G3405 and requires one additional grounding clamp C600-0375 and 74 feet of copper cable S6117 complete with 2 ferrules installed on the cable C600-2631A and storage bag T600-0865 and screw ground rod G3370. NOTE THIS IS THE CLUSTER TYPE GROUNDING EQUIPMENT AS REQUESTED. BEFORE ORDERING PLEASE CONFIRM THAT THE CLUSTER TYPE, RATHER THAN THE SINGLE C TYPE, IS REQUIRED. h. Offerors are cautioned to closely review the RFQ as Revised below for Changes both as the result of the above Clarifications as well as other adjustments. This amendment 05 ** * to RFQ W914NS-04-Q-2361* is issued to Replace the Combined Synopsis/Solicitation revised by Amendment 02 *** 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-2361 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 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Electrical Workers Ladders, Hot Sticks and Portable Earth Grounding Equipment. **LINE ITEM 0001*QUANTITY*Double Section Rope Operated Ladders (2 Sections x 4.5m)*QUANTITY 700 EACH** Yellow, electrically non-conductive side rails. Mar-resistant molded end caps. Pre-pierced holes for easy field installation of accessories. External guides at top of base securely interlock rails. Heavy duty pulley with rope. Plate and rung assembly are riveted at four points to each side rail to allow for rung placement. Interlocking side resistant D rungs. Base and fly separate easily to use base section as single ladder. Rugged gravity spring locks operate smoothly. Nylon coated internal guides on bottom of fly section. Rope clamp ties rope to rung. Durable rails shield and shoe bracket protects rail from damage. Shoe with slip resistant pad and spur plate. Minimum weight capacity of approximately 250 kg. Suggested brand name type or like type/model: Werner. MUST CONFORM TO BS EN131 or ANSI A 14.5 ; **LINE ITEM 0002*Double Section Rope, Operated Ladders (2 Sections x 6.0m)* QUANTITY 300 EACH** Yellow, electrically non-conductive side rails. Mar-resistant molded end caps. Pre-pierced holes for easy field installation of accessories. External guides at top of base securely interlock rails. Heavy duty pulley with rope. Plate and rung assembly are riveted at four points to each side rail to allow for rung placement. Interlocking side resistant D rungs. Base and fly separate easily to use base section as single ladder. Rugged gravity springs locks operate smoothly. Nylon coated internal guides on bottom of fly section. Rope clamp ties rope to rung. Durable rail shield and shoe bracket protects rail from damage. Shoe with slip resistant pad and spur plate. Minimum weight capacity of approximately 250kg. Suggested brand name type or like type/model: Werner. MUST CONFORM TO BS EN131 or ANSI A 14.5; **LINE ITEM 0003*DISCONNECTING HOT STICKS * QUANTITY 150 EACH ** Made of -Fiberglass-Reinforced Plastic(FRP) - and must be designed and constructed to withstand 100,000 V/foot for five minutes. The hot-sticks should be distributed equally for 1kV, 11kV, 33kV, and 132kV voltage sources. Suggested Brand name type or Equal Hubbell (AB Chance) Model C403-1018 for 11kV; C403-1020 for 33kV; C403-1022 for 132kV or equal; ASTM Standard F-711-89 compliant or equivalent; **LINE ITEM*0004*HOT STICK TESTER* QUANTITY 50 EACH** to periodic field test hot sticks to give further assurances that there is no defect or contamination that might adversely affect the insulating qualities and that would require removal of the tool for service for more extensive examination and testing . Suggested brand name type or like type/model: A.B. Chance LS-80 Hot-Stick Tester; or Model C403-3179 a 230v wet/dry hot stick tester or Equal. **LINE ITEM 0005*PORTABLE EARTH (Grounding Equipment for High Voltage Line Work)*QUANTITY 700 SETS** EACH SET CONSISTING OF : 1 ea. Serrated aluminum - C - clamp 1/25 inch cluster; 74ft 1/0 Copper cable, 3pr ferrules; 1ea. screw ground rod, and 1 ea. Storage bag. Suggested brand name type or like type/model is Hubbell (AB Chance) cluster grounding clamp Model G3405 with one additional ground clamp C600-0375; 74 ft of copper cable S6117 with 2 ferrules installed on the cable C600-2631A and storage bag T600-0865 and screw ground rod G3370 or EQUAL. ** LINE ITEM* 0006*DELIVERY COST*QUANTITY 1 LOT** for Sea and Land to Baghdad, including insurance and all tariffs, taxes and duties; **LINE ITEM*0007* Alternate/Optional Air Freight and Land Transportation to Baghdad* QUANTITY 1 LOT** *** Delivery 30 days date of order to FOB Baghdad, Iraq approximately 20 miles from Airport. 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 and Duty into Iraq are the responsibility of the Contractor. All shipments shall be marked ?Iraq Reconstruction Program? and ?Shipment in transit for Humanitarian Purposes?. Recent Changes in the Tariff Charges coming into Iraq require a 5% fee effective 15 April 2004. That fee is waived for the items being acquire for Humanitarian Purposes. Awardee will be provided the appropriate form to be included with all packages and invoice for this waiver. Proposal Submission IAW FAR 52.212-1 ** 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 proposes based on the descriptions provided and as clarified in this amendment. 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 alternatives technical proposal description. They must be identified in your offer as ALTERNATIVE NO.1; ALTERNATIVE NO.2 ETC., ETC. Offers must provide complete descriptive information for each item 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(s) being proposed. 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 items being proposed. Submission of sufficient data information etc. to clearly define the item(s) being proposed is incumbent on the offeror. Submission of the technical description as included in the RFQ without associated DESCRIPTIVE INFORMATION may render your offer unacceptable. The detailed product description that highlights specifications , qualifcaitons; catalogue pages; brochures; specifications and or data sheets shall track back to or be indentified to the ITEM NUMBERS REQUIREMENTS AND NAMES AS IDENTIFIED IN THIS MESSAGE ABOVE. 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 on 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 offeror?s 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. Technical will be evaluated considering the degree to which the Offerors submitted documents demonstrates the proposed items meet or exceed the requirements as specified in the RFQ for each item proposed. Delivery will be evaluated on the basis of earliest delivery to the final destination and how the offeror will assure delivery by that earliest possible date considering 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. For delivery Government will choose between line item 0006 and 0007 depending on which ever is determined to be in the best interest of the Government considering price and delivery date. 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 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 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) Contractor?s Duns and Bradstreet (DUNS) number; (4) Contractor?s 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), 28 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.
 
Place of Performance
Address: Baghdad
Zip Code: 09316
Country: Iraq
 
Record
SN00590655-W 20040523/040521212608 (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.