MODIFICATION
J -- VISAIDS SYSTEM BASRAH INTERNATIONAL AIRPORT DESIGN-BUILD-INSTALLATION-TRAINING-O&M
- Notice Date
- 7/12/2005
- 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
- 8/11/2005
- Point of Contact
- Robert Race, Contracting Officer, Phone 703-544-1493, Fax null, - Kevin Weiss, Contracting Officer, Phone 703-544-6407, Fax null,
- E-Mail Address
-
robert.race@pco-iraq.net, kevin.weiss@pco-iraq.net
- Description
- Due to the fact the website has lost the data a number of times, the change from a commercial buy to a construction type of contract, and the addition of different clauses, the solicitation: a. The solicitation will be posted 18 August 2005 b. The closing date will be 8 September 2005 c. The contract vehicle will be changed from a Standard Form 1449 (Commercial Procurement) to a Standard Form 1442 (Construction) contract. d. The clauses will be changed due to the different contract vehicle e. The previous Statement of Work (SOW) is nearly the same, requires review and comparison f. The Schedule B, requires review and comparison g. The Deliverable time table has changed h. The Solicitation, Contract, SOW, Plans and Drawings may be found at one or more of the following websites: www.eps.gov www.rebuilding-iraq.net ftp://vsftp.usace.army.mil/pub/grs/bia%20harvey/ ont will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. The Contractor’s technical proposal shall include A. A Management Plan as described in paragraph 4.7 of the SOW. B. A course syllabus for each of the training requirements described in the SOW. This includes classroom requirements, number of instructors for a course, maximum class sizes, minimum student prerequisites to enroll, screening tools for enrollment, evaluation tools, and approaches to measure and record progress. C. A Quality Assurance Plan to include source documents that will be used and resources required to adapt for Iraqi use. D. An ATC Certification plan to include source documents that will be used and resources required to adapt for Iraqi use. E. Description of how student training will be planned and how progress will be monitored tracked and recorded. F. Instructor Resume - Submit instructor resume to include verification of FAA ATC certifications and/or ICAO ATC certifications. All instructors with the exception of the English language instructor shall provide proof of demonstrated knowledge of and practical application of ICAO / FAA ATC standards and recommended practices. Resume length is limited to no more than 3 pages. (5) Terms of any express warranty, if any; (6) Price and any discount terms. Offeror’s price proposal shall be no longer than ten pages of text or tables. The type characters no smaller that 10 pitch. 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, installment payments, milestone payments, and / or letters of credit will not be considered. Payment terms are in FAR provision 52.212-4 and may be invoiced monthly. Q. The Contracting Officer reserves the right to consider quotes proposing advanced payments, installment payments, milestone 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) If the offer is not submitted on the SF 1449, 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 90 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. None are required (e) Multiple offers. Offerors are permitted to submit only ONE 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, 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 shall make only one award. (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.dn NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-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
- Country: Iraq
- Record
- SN00931377-F 20051115/051113212206 (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 |