MODIFICATION
J -- NAVAIDS SYSTEM BASRAH INTERNATIONAL AIRPORT DESIGN-BUILD-INSTALLATION-TRAINING-O&M
- Notice Date
- 3/20/2005
- Notice Type
- Modification
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Project and Contracting Office, Joint Contracting Command-Iraq, PARC Reconstruction, US Embassy Palace APO, Baghdad, Iraq, AE, 09316
- ZIP Code
- 09316
- Solicitation Number
- W914NS-05-R-0014
- Response Due
- 4/19/2005
- Archive Date
- 5/4/2005
- Point of Contact
- Charles Clements, Support Contractor, Phone 703-343-9218,
- E-Mail Address
-
charles.clements@cpa-iq.org
- Description
- THIS IS A SOLICITATION FOR A DESIGN ? BUILD CONSTRUCTION REQUIREMENT PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 15.0, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. This solicitation, W914NS-05-R-0014, 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 2001-01, Effective 09 Mar 2005 and Class Deviations 2005-o0001 and DFARs DCN 20050222. The associated NAICS code is 334511; SIC 3812. The Joint Contracting Command - Iraq, Republican Presidential Palace, Iraq, desires to acquire VISAIDS (Visual Aid Airport Facilities) for the Basrah International Airport at Basrah, Iraq.. It is the intent of the Government to award one Firm Fixed Price contract (FFP). The FFP contract will be for an estimated period of performance of 180 days for the Design ? Build and 365 days Operations and Maintenance from the date of award. PROJECT SUMMARY Currently, the visual air navigation facilities, and their supporting infrastructure are below the standards necessary to provide safe and reliable navigation to support military, commercial, or general aviation at the Basrah Airport. . The tasks defined in the Statement of Work includes all/lights (including high mast and other airfield lighting at the aprons and elsewhere, as well as approach light systems, obstruction lights, guiding lights, edge lights, stop bars, etc.), signs, markings, symbols, wind direction indicators (windsocks or wind cones); other visual aid devices (landing direction indicators; threshold, centerline, and taxiway markings) located on and in the vicinity of an airfield; meaning all facilities on "airside" such as runways, taxiways, passenger terminal operational aprons and cargo aprons, service roads, holding areas, aircraft parking areas, etc. Visual Aid air navigational facilities must be standardized to meet the and support the requirements of ICAO Category 2 Certification and ALSF-2. The requirements covered by this Contract consists of supplying, shipping, designing the construction requirements, construction, installation, check-out, commissioning, flight testing and training for the O&M equipment and furnishing all labor, equipment, materials, shipping and transportation of other required equipment, security, housing, travel, testing, inspection and permits required to perform the evaluation, design, and subsequent construction and demolition, repair, inspection and supervision necessary to complete the work herein. This task includes 180 days of design-build from award and 365 days operations and maintenance support from the time of commissioning. Specific tasks for each facility in this Contract include: On-site evaluations of the existing equipment, or infrastructure; preparation of condition evaluation reports and construction cost estimates Preliminary design sketches, including site, civil, architectural, mechanical and electrical work, for purposes of evaluating rehabilitation scope and costs Schematic Design Documents (30% Design) ? Sufficient design should be complete enough at this point to begin construction. Design Development Documents (60% Design) Construction documents including drawings and specifications (90% Design) Activities shall be coordinated and staged so as to minimize inconvenience to ongoing airport and aircraft operations. SECTION L ? INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS The Government will make one contract award to just one Offeror. Offers must be submitted via paperless electronic media. You must submit your electronic offer, and any supplemental information, to keith.taylor@cpa-iq.org no later than the date and time specified in this combined synopsis / solicitation. The subject line must contain the solicitation number. You may use multiple e-mail messages for your offer; however, you must annotate the subject lines as described above for each message, and number, (e. g. ,1 of 3, 2 of 3, 3 of 3) as appropriate. Do not use zipped files. Acquire a CAGE Code if you don?t have one already. All quotes must be in English. Instructions to Offerors (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code is 334511 and small business size standard for this acquisition is 3812. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. This is not a small business set aside. (b) Submission of offers. Submit offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1442, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, e-mail address, postal address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Offeror?s technical proposal (including delivery terms using airfreight ) shall be no longer than 60 pages of text, drawings, pictures, etc. The type characters no smaller that 10 pitch double spaced typing. 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. (5) Terms of any express warranty; (6) Price and any discount terms. Offeror?s price proposal is separate from technical proposal and shall be no longer than ten pages of text. The Offeror?s price proposal must include prices for the period of performance. The unit price per line item must include shipment. Offeror will provide unit prices that encompass shipment via airfreight. The type characters shall not be smaller that 10 pitch. No attachments are allowed. 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. All quoted prices must be in US Dollars. Advanced payments and / or letters of credit will not be considered. The Contracting Officer reserves the right to consider quotes proposing advanced payments or letters of credit as non-responsive. (7) ?Remit to? address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the past 3 years, for the same or similar items and other references. Past performance is separate from technical and cost proposals. The Offeror will provide no more than five pages of past performance information. Use type characters no smaller that 10 pitch double spaced typing.. 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 (a name) including e-mail address and telephone number. (11) If the offer is not submitted on an SF 1442, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. Are required (e) Multiple offers. Offerors are permitted to submit only one (1) offer to this requirement. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 5:00 p.m., local time (Baghdad, Iraq), for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and? (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government?s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government does not intend to make more than one award on this solicitation. (i) Standards. Non-government standards must be obtained from the organization responsible for their preparation, publication or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database). The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS+4? followed by the DUNS or DUNS+4 number that identifies the offeror?s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. (k) Central Contractor Registration. Prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. SECTION M ? EVALUATION FACTORS FOR AWARD Evaluation Factors & Criteria: (a) 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 government reserves the right to award to an offeror whose price is not the lowest but meets the technical acceptability of the government. Award will be made to the responsible offeror whose proposal conforms to all solicitation requirements, such as required delivery dates, terms and conditions, and technical requirements, in addition to those included below. Proposals failing to meet minimum solicitation requirements will be deemed to be unacceptable and will not be further evaluated. The following factors shall be used to evaluate offers: Factor 1: Technical ? Sub factor 1: Capacity to Perform Quality Work: Each offeror is to describe how its company?s methods and procedures will be applied in such a manner as to ensure that only quality work is performed by its own work force and all of its subcontractors in accordance with the contract requirements. Offerors are to describe how their management methods, procedures and schedules will be applied in order to monitor project work progress during construction, and implement corrective actions in order to make-up for lost time. Sub factor 2: Economic Involvement & Use of Local Iraqi Firms and Workers: Explicitly state or describe your goals for the maximum involvement of: (a) Iraqi subcontractors, vendors, suppliers, consultants, etc., as well as (b) Iraqi personnel in the management, supervision, professional engineering and technical fields and at the worker (skilled and unskilled labor) personnel levels in the performance of this project work Sub factor 3: Security Plan: Offerors are to describe how their security plan methods and procedures will be applied in order to safely conduct operations during construction and implement corrective actions in order to make-up for lost time Sub factor 4: Delivery Schedule: Offerors will state how they will accomplish the requirements with-in a 180 day schedule (design-build phase). Days counted are calendar days. All sub factors in Factor 1: Technical are weighted equally. Factor 2: Price - (a) IAW FAR Part 15.305 (a) (1) Cost or Price Evaluation, this competitive procurement will establish the basis for price reasonableness. (b) Total evaluated price, for award purposes, will be based upon the total price proposed Factor 3: Past Performance - The offeror will submit a resume of work experience that is similar in scope to this project. The past performance assessment will assess the confidence in the offeror?s ability (which includes, if applicable, the extent of its critical subcontractors? or teaming partners? involvement) to successfully accomplish the proposed effort based on the offeror?s demonstrated present and past work record. The Government will evaluate the offeror?s demonstrated record of contract compliance in supplying products and services that meet users? needs including cost and schedule. The currency and relevancy of the information, the source of the information, context of the data and general trends in the contractor?s performance will be considered. The Government will perform an independent determination of relevancy of the data provided or obtained. A relevancy determination of the offeror?s present/past performance (which includes, if applicable, the extent of its critical subcontractors? or teaming partners? involvement) will be made. The Government is not bound by the offeror?s opinion of relevancy. The following relevancy criteria apply: VERY RELEVANT: Present/past performance programs involved the magnitude of effort and complexities which are essentially what this solicitation requires. RELEVANT: Present/past performance programs involved less magnitude of effort and complexities, including most of what this solicitation requires. SEMI-RELEVANT: Present/past performance programs involved much less magnitude of effort and complexities, including some of what this solicitation requires. NOT RELEVANT: Did not involve any significant aspects of above. Offerors are to describe how their management methods, procedures and schedules will be applied in order to monitor project work progress during construction, and implement corrective actions in order to make-up for lost time (a) Technical is the _greater value__ than Past Performance and Price. (b) Price is the greater value than Past Performance (c) 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's 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. The proposal is due at 1700 hours, local Baghdad time, on 20 April 2005. The Joint Contracting Command ? Iraq. Point-of-contact is Fred J. Lacey IV, Captain, USAF, 703-544-1490, fred.lacey@pco-iraq.net or Robert R. Race, Contract Support, 703-544-1493, robert.race@pco-iraq.net . The proposal delivery address is JCC-I, Republican Presidential Palace, Baghdad, Iraq, APO AE 09316. TO ACCESS THE FULL SOLICITATION & SEE THE INSTRUCTION TO OFFERORS PLEASE READ THE FOLLOWING INSTRUCTIONS: Go to the website: www.rebuilding-iraq.net Look at the top of the screen and click on NEW SOLICITATIONS. The next page click on PCO SOLICITATIONS and the next page will display current PCO solicitations. You will find the full solicitation for W914NS-05-R-2003 there as a PDF document. TO ACCESS THE FULL SOLICITATION & SEE THE INSTRUCTION TO OFFERORS PLEASE READ THE FOLLOWING INSTRUCTIONS: Go to the website: www.rebuilding-iraq.net Look at the top of the screen and click on NEW SOLICITATIONS. The next page click on PCO SOLICITATIONS and the next page will display current PCO solicitations. You will find the full solicitation for W914NS-05-R-0014 there are full text document.
- Place of Performance
- Address: Basrah International Airport, Basrah, Iraq
- Country: Iraq
- Country: Iraq
- Record
- SN00772238-W 20050322/050320211529 (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 |