Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2005 FBO #1450
MODIFICATION

J -- VISAIDS SYSTEM BASRAH INTERNATIONAL AIRPORT DESIGN-BUILD-INSTALLATION-TRAINING-O&M

Notice Date
8/15/2005
 
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-0015
 
Response Due
9/8/2005
 
Point of Contact
Robert Race, Contracting Officer, Phone 703-544-1493, Fax null, - Robert Race, Contracting Officer, Phone 703-544-1493, Fax null,
 
E-Mail Address
robert.race@pco-iraq.net, robert.race@pco-iraq.net
 
Description
Solicitation Number:W914NS-05-R-0015 Posted Date: 18 August 2005 Classification Code: 238 Electrical Contractor, NAICS Code: 238210, Electrical Contractor, Airport Runway Lighting Contractor Joint Contracting Command – Iraq/Afghanistan, JCC-I/A, Republican Presidential Palace, APO AE 09316 Description: THIS IS A SOLICITATION FOR A DESIGN-BUILD CONSTRUCTION SERVICE IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 36.0, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED This solicitation, W914NS-05-R-0015 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 2005-05 effective 27July 05 & Class Deviation 2005-o0001 and DFARS Change Notice 20050726 Edition. NAICS code: 238210, Electrical Contractor, Airport Runway Lighting Contractor. Joint Contracting Command – Iraq/Afghanistan requires a design-build construction company that can design, supply, demolish, refurbish, build, install, system test, repair, commission, flight test and train for O&M:; that can provide labor, equipment, materials, shipping, transportation, and provide: security, life support, travel, testing, inspection, permits, and supervision of a VISAIDS System at Basrah International Airport, Iraq. Description and minimum specification requirements are found at the following website: www.rebuilding-iraq.net www.eps.gov ftp://vsftp.usace.army.mil/pub/grs/BIA%20Harvey/ The Government intends to award one contract. The Government intends that this take the form of a Firm Fixed Price contract. The period of performance is for 180 days and performance shall start within 20 days from Notice To Proceed. Offers must be submitted via paperless electronic media. Offerors must submit their electronic offer, and any supplemental information, to robert.race@pco-iraq.net 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. 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2004) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 2382. However, 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. 52.236-28 -- Preparation of Proposals – Construction. As prescribed in 36.520, insert the following provision: Preparation of Proposals -- Construction (Oct 1997) (a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form. (b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including -- (1) Lump sum price; (2) Alternate prices; (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision. (c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted. (d) Alternate proposaithin 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. The following clauses and provision apply to this acquisition: 52.233-2 Service of Protest (Aug. 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) (a) General: (1) Performance of this contract may require deployment of Contractor Personnel in support of military operations. The Contractor acknowledges that such operations are inherently dangerous and accepts the risks associated with contract performance in this environment. (2) For purposes of this clause, the term “Contractor Personnel” refers to the Contractor’s officers and employees. Unless otherwise specified (e.g., subparagraph (b) of this clause), this term does not include personnel who permanently reside in the country where contract performance will take place. (3) The Contractor shall ensure that Contractor Personnel working in an area of operations (AO, as defined in the Joint Publication 1-02, DOD Dictionary of Military and Associated Terms) are familiar and comply with applicable: (i) Military Service and Department of Defense regulations, directives, instructions, general orders, policies, and procedures, in particular Army Regulation 715-9 and Field Manual 3-100.21; (ii) U.S., host country, local, and international laws and regulations; and (iii) treaties and international agreements (e.g., Status of Forces Agreements, Host Nation Support Agreements, and Defense Technical Agreements) relating to safety, health, force protection, and operations under this contract. (4) The Contractor shall ensure that this clause is included in all subcontracts. (b) Compliance with Combatant Command Orders. The Contractor shall ensure that Contractor Personnel, regardless of residency status, working in the AO comply with all orders, directives, and instructions of the combatant command relating to non-interference in military operations, force protection, health, and safety. The Combatant Commander or his subordinate commanders, in conjunction with the Contracting Officer or the Contracting Officer’s Representative, may direct the Contractor, at the Contractor’s own expense, to replace and, where applicable, repatriate any Contractor personnel who fail to comply with this provision. Such action may be taken at the Government’s discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause. (c) Contractor Personnel Administration. (1) In order to maintain accountability of all deployed personnel in the AO, the Contractor shall follow instructions issued by the Army Materiel Command’s Logistics Support Element (AMC LSE) or other Contracting Officer’s designated representative to provide, and keep current, requested data on Contractor Personnel for entry into military personnel database systems. (2) The Contractor shall coordinate with the AMC LSE or other Contracting Officer’s designated representative for logistics support, as follows: (i) upon initial entry into the AO; (ii) upon initiation of contract performance; (iii) upon relocation of contract operations within the AO; and (iv) upon exiting the AO. (3) Before deployment, the Contractor shall ensure that: (i) All Contractor Personnel complete two DD Forms 93, Record of Emergency Data Card. One copy of the completed form shall be returned to the Government official specified by the Contracting Officer’s designated representative; the other shall be hand-carried by the individual employee to the AO. (ii) All required security and background checks are completed. (iii) All medical screening and requirements are met. (4) The Contractor shall ensure that Contractor Personnel have completed all pre-deployment requirements specified by the Contracting Officer’s designated representative (including processing through the designated Continental United States (CONUS) Replacement Center unless another deployment processing method is specifically authorized), and the Contractor shall notify the Contracting Officer’s designated representative that these actions have been accomplished. (5) The Contractor shall have a plan for timely replacement of employees who are no longer available for deployment for any reason, including mobilization as members of the Reserve, injury, or death. (d) Clothing and Equipment Issue. (1) To help distinguish them from combatants, Contractor Personnel shall not wear military clothing unless specifically authorized by a written Department of Army waiver. Contractor Personnel may wear specific items of clothing and equipment required for safety and security such as ballistic or NBC (Nuclear, Biological, Chemical) protective clothing. The CONUS Replacement Center or the combatant command may provide to the Contractor Personnel military unique Organizational Clothing and Individual Equipment (OCIE) to ensure security and safety. (2) All issued OCIE shall be considered Government Furnished Property, and will be treated in accordance with Government Furnished Property clauses included elsewhere in this contract. The contractor shall ensure that all issued OCIE is returned to the point of issue. (e) Weapons and Training. (1) Contractor Personnel may not possess privately owned firearms in the AO. The combatant command may issue weapons and ammunition to Contractor Personnel, with the employee’s company’s consent as well as the individual employee’s consent, and may require weapons and other pre-deployment training. (2) The Contractor shall ensure that Contractor Personnel follow all instructions by the combatant command, as well as applicable Military Service and DoD regulations, regarding possession, use, safety, and accountability of weapons and ammunition. (3) All issued weapons, ammunition, and accessories (e.g., holsters) shall be considered Government Furnished Property. Upon redeployment or notification by the combatant command, the Contractor shall ensure that all Government issued weapons and unused ammunition are returned to the point of issue using a method that complies with Military Service regulations for issue and turn-in of firearms. (f) Vehicle and Equipment Operation. (1) The Contractor shall ensure that Contractor Personnel possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the AO. (2) Contractor-owned or leased motor vehicles or equipment shall meet all requirements established by the combatant command and shall be maintained in a safe operating condition. (g) Passports, Visas and Customs. The Contractor is responsible for obtaining all passports, visas, and other documents necessary for Contractor Personnel to enter and exit any AO. (h) Purchasing Limited Resources. When the Combatant Command establishes a Commander-in-Chief Logistics Procurement Support Board (CLPSB), Joint Acquisition Review Board, or similar purchase review committee, the contractor will be required to coordinate local purchases of goods and services designated as limited, in accordance with instructions provided by the Administrative Contracting Officer or the Contracting Officer’s designated representative. (End of Clause) The quote / proposal is due at 1700 hours, Baghdad time, on 8 September 2005. The PCO contracting point-of-contact is Robert Race, 703-544-1493, robert.race@pco-iraq.net. DOS-JCC-I Contracting, APO AE, 09316. Additional solicitation documents: www.rebuilding-iraq.net www.eps.gov ftp://vsftp.usace.army.mil/pub/grs/BIA%20Harvey/ NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-NOV-2005, 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.fbo.gov/spg/USA/CPAIRAQ/APOAE/W914NS-05-R-0015/listing.html)
 
Place of Performance
Address: Basrah International Airport, Basrah, Iraq
Country: Iraq
 
Record
SN00931375-F 20051115/051113212205 (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.