Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2004 FBO #1033
SOLICITATION NOTICE

23 -- Electrical Maintenance Trucks

Notice Date
8/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
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-R-2040
 
Response Due
9/3/2004
 
Point of Contact
Wanda Cross, Contracting Officer, Phone 703-343-9220, - Wanda Cross, Contracting Officer, Phone 703-343-9220,
 
E-Mail Address
wanda.cross@cpa-iq.org, wanda.cross@cpa-iq.org
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. A firm-fixed price contract award is contemplated. This solicitation number, W914NS-04-R-2040, is issued as a Request for Proposal (RFP). 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 2001-24, effective 18 June 2004 and DFARS Change Notice 20020531. The associated NAICS code is 423110 size standards 500 employees or under. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. This procurement is unrestricted and any responsive, responsible firm may apply. All responses from responsible sources will be considered. The Project and Contracting Office Baghdad, Iraq has a requirement for the Iraq Ministry of Electricity. This synopsis is for Commercial Item, Contract Line Items (CLIN) 0001, ELECTRICAL MAINTENANCE TRUCKS for use in repairing and maintaining electrical infrastructure. Trucks must be in working condition to be delivered to Baghdad, Iraq. Initial deliveries made 60 days after date of award document (ADAD) to a destination within 20 miles of the Baghdad International Airport. Description and specification requirements are as follows: Item 0001 ELECTRICAL MAINTENANCE TRUCKS 15 EACH Unit Price $____________ Total Price $____________ Hiab Truck Model or equivalent. • Vehicle is capable of maintaining 80 KM/HR on a 2% incline • 265-275 inch wheel base, reinforced truck chassis, overall length is 30-34 feet. • Truck Options Include: Power Divider, Air Conditioner, 3-stage Jake, Dual A Trailer Hook Up lines with 1 inch plate for Pintle hook Platform Description: • New 20’ long X 8’ deck with wood floor • 1” plywood deck surface • 6-sliding tie down winch straps on drivers side Boom Details: • 25’-12,000 lb. TC Telescopic Boom Unloader. • 35’ of side reach • Handles 12,000 lb. at 14’, 6,500 lb. at 25’ • Corded Remote and Side Box Control • Heavy Duty Stabilizers and Boom Safety Lock Pin Standard Equipment: • Headlights • Brake Lights • Tail Lights • Turn Signals • Windshield Wipers • Rear view Mirrors • Key operated starting switch • Engine temperature gage or high coolant temp indicator/warning light. • Speedometer with recording odometer • Tachometer • Back-up warning Delivery Schedule for each truck: 3 each, 60 days ADAD; 6 each 90 days ADAD; and 6 each 120 days ADAD. Place of Delivery: Delivery shall be FOB Destination. The place of delivery is the Ministry of Electricity Warehouse which is within 20 miles of the Baghdad International Airport, Baghdad, Iraq. The offeror should discuss if 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, with delivery as specified above. Physical inventory and acceptance will be by the Contracting Officer’s Representative at the F.O.B. point specified in the Baghdad area. The exact destination for delivery will be incorporated into the award document. Payment terms are wire to wire SWFT transfer after final inspection and acceptance at destination. All tariffs and duty into Iraq are unpaid, all other taxes and duties are the responsibility of the contractor. All shipments shall be marked “Iraq Reconstruction Program” and “Shipment in transit for Humanitarian Purposes”. Customs Levy Exemption. The contractor 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 this contract. The completed form must accompany each shipment into Iraq and a copy emailed to pmo-sloc@baghdadforum.com THE FOLLOWING FAR AND DFAR CLAUSES AND PROVISIONS APPLY TO THIS ACQUISITION: FAR 52.212-1, Instructions to Offerors—Commercial Items, as well as the following instructions: The offeror’s technical submission should not exceed fifteen (15) pages. Offerors’ pricing data shall be no longer than three (3) pages. Use type characters no smaller than 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 nonresponsive. Offerors shall submit an original proposal and one copy. 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. Both the original and copy may be transmitted via e-mail. Proposal shall be submitted in three (3) separate volumes: VOLUME I, Price Proposal which shows the proposed unit price for each line item, the extended total price fro each line item, and the total overall price for all line items. Offerors Price Proposal shall be no longer than four (4) pages. VOLUME II, Technical proposal with supporting information or product literature/specifications and technical data for the proposed items that demonstrates a clear understanding of the requirement. VOLUME III, Past Performance proposal that describes three or more requirements of the same or similar item that your firm has supplied within the last 3 years of the date of the quote. Past Performance shall not exceed 2 pages. References should be limited to a brief description of the service provided, together with points of contact, title, phone number and email address. Each reference shall include a contracting and technical point of contact. The government may supplement the information it may obtain from any other source including its own experience with your firm, or information concerning your performance from any other reliable source. Use type character of 10 pitch or higher, Arial font preferred. 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 proposal that deviate from these type-size and page limitations as nonresponsive. Both the original and copy of the proposal may be transmitted via e-mail to wanda.cross@cpa-iq.org. FAR 52.212-2 Evaluation Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors and Relevant Order of Importance: 1) Technical. An initial decision on the technical acceptability of the offeror’s proposal against the CLIN requirements. Only offerors determined to be technically acceptable on an “acceptable/unacceptable” basis will receive further consideration. “Acceptable” proposals meet the minimum requirements. “Unacceptable” proposals do not meet the Government’s minimum requirements or are reasonably susceptible of being made acceptable. (2) Schedule Delivery. Only offerors who meet the required delivery schedule will be determined acceptable and proceed to the trade-off assessment and receive further consideration. “Acceptable” proposals meet the required delivery schedule. “Unacceptable” proposals do not meet the specified delivery schedule. The Past Performance/Price tradeoff assessment. Relative Importance. For the purposes of the past performance price tradeoff, past performance is equal to price. (1) Past Performance. The evaluation consists of an assessment and assignment of the performance confidence rating for each proposal under consideration. The evaluation determines how much confidence we have that the offeror will perform successfully; based on similar past efforts the offeror has performed. To evaluate past performance, the offeror must submit past performance information for like items during the past three years as stated above and as required in Volume III of their proposal. Color ratings will be assigned as follows: Blue: Based on the offerors record of performance there is exceptional/high confidence that they will perform successfully on this contract. Green: Based on the offerors record of performance there is very good/significant confidence that they will perform successfully on this contract. Yellow: Based on the offeror’s record of performance there is satisfactory/confidence that they will perform successfully on this contract. Grey: Based on the offeror’s record of performance there is neutral/unknown confidence that they will perform successfully on this contract. Black: Based on the offeror’s record of performance there is marginal/little confidence that they will perform successfully on this contract. Red: Based on the offerors record of performance there is unsatisfactory/no confidence that they will perform successfully on this contract. (2) Price. The competitive environment will determine if the price is fair and reasonable. The contracting officer will perform the past performance tradeoff assessment. FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (May 2004), and Alternate I (MAY 2002) . A completed copy of this provision shall be included with the offeror’s quote. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2003) applies to this solicitation, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items (June 2004) applies to this acquisition with the following clauses by addendum: 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (June 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.226-26, 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 (Dec 2003); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor’s Registration (NOV 2001), FAR 52.214-35, Submission of Offers in U.S. Currency (APR 1991), FAR 52.225-14, Inconsistency between English version and Translation of Contract (FEB 2000), Submission of Offers in the English Language (APR 1991). Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Award will be based on best value to the government. Proposals and questions pertaining to this solicitation shall be submitted in writing to Wanda Cross at wanda.cross@cpa-iq.org. Franked mail must be delivered to: U.S. Embassy Annex (formerly the Republican Presidential Compound), Attn: PCO Contracting Activity, Electrical Sector, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Proposals are due 8 a.m. Baghdad Local time 3 September 2004 to wanda.cross@cpa-iq.org. Please note that any amendments to this Solicitation shall be processed in the same manner as this combined Synopsis/Solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/CPAIRAQ/APOAE/W914NS-04-R-2040/listing.html)
 
Place of Performance
Address: Baghdad
Zip Code: 09316
Country: Iraq
 
Record
SN00680113-F 20040924/040922213536 (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.