Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2004 FBO #1038
SOLICITATION NOTICE

61 -- High Vacuum Oil Purifiers & Electrical Worker Test Instruments

Notice Date
6/9/2004
 
Notice Type
Solicitation Notice
 
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-2364
 
Response Due
6/25/2004
 
Point of Contact
Charles Cluck, Contracting Officer, Phone 703-343-9219,
 
E-Mail Address
cluckc@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 SOLICIATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-2364, is issued as a Request for Quotations (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 2001-23 and DFARS Change Notice 20040513. The associated NAICS code is 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq, has requirements for the Iraqi Ministry of Electricity for delivery of contract Line Items 0001-0011. Delivery is requested 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 No. Schedule of Supplies & Services Qty Unit Unit Price Amount 0001 HIGH VACUUM OIL PURIFIER (3,500 L/HR) Specially developed for the treatment of transformer insulating oil by the combined action of filtration and evaporation in a high vacuum environment. Semi-mobile trailer complete with spare parts for fine filter cartridges. Suggested brand name type or like type/model: None. 14 ea 0002 HIGH VACUUM OIL PURIFIER (2,500 L/HR) Specially developed for the treatment of transformer insulating oil by the combined action of filtration and evaporation in a high vacuum environment. Semi-mobile trailer complete with spare parts for fine filter cartridges. Suggested brand name type or like type/model: None. 14 ea 0003 PRIMARY CURRENT INJECTION SET Portable current injection set for testing primary circuit with suitable cables for high current injection. Inlet: 2 phase, 416 Volt, 50 Hz. Outlet: 100 - 400 - 1500 - 3000 amps. Accessories: Cables with suitable clamps. Suggested brand name type or like type/model: None. 30 ea 0004 SECONDARY CURRENT INJECTION SET Relay testing unit. Inlet: 220 Volt, 50 Hz. Current: 0 - 10 - 100 amps with coarse and fine adjustments. Voltage: 0 - 250 Volt (AC/DC), Electronic timer stopped through make/break contact. Suitable accessories. Suggested brand name type or like type/model: None. 30 ea 0005 INSULATION TESTER (MEGGER 5,000 VOLT) Ranges: 5000 - 2500 - 1000 - 500 Volt. Energized by push button and batteries. Scale ranges: 0 - 50 Mohm, 40 - 200 Mohm, and 200 - 10000 Mohm. Suggested brand name type or like type/model: None. 100 ea 0006 TRANSFORMATION RATIO TESTER The transformer ratio shall be determined by abridge measurement, single and three phase models. Measuring ranges: 1 - 1000 ohms. Power source: 220 V, 50 Hz. Suggested brand name type or like type/model: None. 30 ea 0007 EARTH RESISTANCE METER For measuring earth resistance and earth resistivity. Measuring ranges 0 -9.99 kohm. Electronic type energized by push button and batteries. Complete accessories required. Suggested brand name type or like type/model: None 30 ea 0008 OIL DIELECTRIC STRENGTH TESTER Automatic and semi-automatic voltage increase (Alternative – Programmable). Rate of voltage rise: 0.5 – 3 kV/sec. Supply voltage: 220 Volt, 50 Hz. Output voltage RMS between electrodes: 10 – 70 kV. Switching by push-buttons (Supply “ON”, and HV “ON”). Complete accessories. Suggested brand name type or like type/model: None. 30 ea 0009 AVO METER Digital multi-meter (Alternative - with temperature probe). Current: 0 - 10 Amp (AC/DC). Voltage: 0 - 700 Volt. Resistance: 0 - 30 Mohm. Suggested brand name type or like type/model: None. 100 ea 0010 CLAMP METER For current measurements - analogue scale (Alternative - Digital reading). Ranges: 0 -10 - 30 - 100 - 3000 amps, 0 -700 Volt (Alternative 0 kVar, kW, Power factor. Measuring clamp on meter. Suggested brand name type or like type/model: None. 500 ea 0011 HIGH TENSION AC/DC TESTER Portable tester of output voltages continuously adjustable. Voltage: DC - 0 - 80 kV, AC - 0 - 80 kV RMS. Supply voltage: 220 Volt, 50 Hz. Operating unit, current limitation unit. Accessories: Discharge rod (750 kohm connecting high voltage cable for testing. Suggested brand name type 100 ea Total Price FOB Ministry of Electricity Warehouse, Baghdad Area, Iraq For Items 0001 and 0002, the semi-mobile, weatherproofed trailer is a mobile (towed) trailer which will be towed on semi-improved roads and highways. It is large enough to transport the required equipment in terms of space and weight. Transformer dry-out capability is also required. The systems required operating voltage is 220V/50hrz. Requested Delivery Schedule for completed units: 60 days ADAD. Alternate and multiple deliveries may be proposed with earlier delivery being better. 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. Detailed shipping instructions will be included with the actual award document. In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price contract. Physical inventory and acceptance will be by the Contracting Officers 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 Net 30, 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 clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items, as well as the following instructions: The offerors technical submission should not exceed thirty-three (33) 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 proposal shall be easily segregated between the contract line item (CLIN) price and technical. 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 offeror shall submit relevant past performance (not to exceed 3 pages) for the past three (3) years with description of effort, contract number, contracting agency, point of contact (POC) with telephone number and email. Where there is a question as to the specification requirements, the offeror is to submit based on best commercial information available. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award In accordance with Federal Acquisition Regulation 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: (1) Price, (2) technically acceptable as measured against the salient characteristics of each CLIN, (3) delivery, and (4) past performance. Award shall be effected on a best value basis pursuant to FAR 13.106-1. 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. Offerors should submit with their quotation: (1) a price proposal which shows the proposed unit price for fully functional and ready to use equipment for each line item, the extended total price for each line item, and the total overall price; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the SOW but not exceeding the clause at 52.212-1, as delineated above; (3) detail as to how the offeror shall assure delivery will be accomplished as proposed; (4) a completed copy of the “Offeror Representations and Certifications - Commercial Items (Jan 2004)” at FAR 52.212-3, and Alternate I (APR 2002); (5) Contractors Data Universal Numbering System (DUNS) number; (6) Contractors Cage Code; and (7) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Note: Contractors must be registered in the Central Contractors Registration database in order to receive payment, should they receive a Government contract award. The following clauses 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 52.233-3 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); and 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 (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), June 25, 2004, to the following email address: cpa_contracting_acti@orha.centcom.mil - Franked 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 solicitation should be directed to Mr. Charles D. Cluck at email charles.cluck@cpa-iq.org and/or Mr. Mike Albers at email mike.albers@cpa-iq.org ; 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-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-Q-2364/listing.html)
 
Place of Performance
Address: Baghdad
Zip Code: 09316
Country: Iraq
 
Record
SN00683141-F 20040929/040927213120 (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.