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
7/22/2005
 
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,
 
E-Mail Address
robert.race@pco-iraq.net
 
Description
THIS IS A SOLICITATION FOR A DESIGN-BUILD CONSTRUCTION SERVICE 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; QUOTATIONS ARE BEING REQUESTED This solicitation, W914NS-05-R-0015 is issued as a Request for Quotation (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 2005-04 effective 8 July 05 & Class Deviation 2005-o0001 and DFARS Change Notice 20050621 Edition. NAICS code: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Joint Contracting Command – Iraq 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 a VISAIDS System at Basrah International Air Port, Iraq. Description and minimum specification requirements are found in the Statement Of Work and Bill of Quantity which is attached. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS The Government intends to award one contract. The Government intends that this to take the form of a Firm Fixed Price contract. The offerors will propose as many types of labor categories and corresponding labor rates as they deem necessary and also proposal one or more OTHER DIRECT COST (ODC) contract line item(s). The ODC line item(s) shall include the remaining costs not covered in the labor category contract line items. Offerors based on a GSA Scheduled are authorized. The nominal employee will work for 60 hours per week with the capability to surge by an additional 24 hours per week. The period of performance is for six (6) months The period of performance begins the date of contract award. 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. No do not use zipped files. Repeat, 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 4881. 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. Offers may be submitted on the SF 1449, 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 services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Offeror’s technical proposal (including delivery terms) shall be no longer than 15 pages of text. Spreadsheets are not counted against the 15 pages of text. 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 frb.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. 52.212-2. Evaluation’s Commercial Items (Jan 2004) This provision applies to this acquisition as well as the following addenda: The Contracting Officer will evaluate quotes on the basis of technical specifications and price. The selection of a contractor for award will be based on the quality and specification strength in the area of the Offeror’s technical proposal. 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. (1) Technical Proposal: Offerors shall address the following but not limited to: Management Plan, Quality Assurance Plan, Certification Plan, sample progress reports, and resumes. A decision on the technical acceptability of each offeror’s proposal will be made. For those offerors who are determined to be technically acceptable, Past performance, and price will be considered. Awards will be made to the responsible offeror whose proposal conforms to the solicitation requirements, terms and conditions, representations and certifications, and technical requirement. Offerors’ proposals meeting the government’s minimum requirements will determine to be technically acceptable. (2) Price: (a) 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. 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 whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications’ Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions’ Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders’ Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The following clauses and provision apply to this acquisition: 52.217-8, Option to Extend the Term of the Contract (March 2000) 52.225-14, consistency between English Version and Translation of Contract (February 2000) 52.228-3, Defense Base Act (April 1984) 52.245-5, Government Property (June 2003) 252.225-7043, Antiterrorism / Force Protection Policy for Defense Contractors Outside the US (June 1998) 252.228-7003, Capture and Detention (December 1991) 252.233-7001, Choice of Law (June 1997) 152.225-74-9000 Contractors Accompanying the Force (June 2003) (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 11 August 2005. The PCO contracting point-of-contact is Robert Race, 703-544-1493, robert.race@pco-iraq.net. The address is DOS-JCC-I Contracting, APO AE, 09316. Original Point of Contact Robert Race, Contract Support (CACI), Phone 703-544-1493, Email: robert.race@pco-iraq.net Current Point of Contact: Robert Race, Contract Support (CACI), Phone 703-544-1493, Email: robert.race@pco-iraq.net Place of Performance: Address: Basrah International Airport, Basrah, Iraq Vendors interested in making an offer please contact POC for additional documents. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-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
 
Record
SN00931378-F 20051115/051113212207 (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.