Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2004 FBO #0801
SOLICITATION NOTICE

23 -- Fire: Trucks and Support Vehicle

Notice Date
2/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
FY5866-04-Q-0009
 
Response Due
2/22/2004
 
Archive Date
3/8/2004
 
Point of Contact
Michael Bonheim, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, - Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227,
 
E-Mail Address
bonheimm@orha.centcom.mil, hirtler@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 SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, FY5866-04-Q-0009, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and DFARS Change Notice 20040113. The associated NAICS code is 423850.**** The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for 196 Each COMMAND AND CONTROL VEHCILE ? SUV type vehicle, 5 passenger capacity, V-6 diesel engine, cloth interior, automatic transmission. air conditioning, heavy duty alternator, tinted windows, dome light, skid pads, roof rack, class 1 receiver hitch, dual side mirrors, full sized spare tire, interior controlled spot light, maximum fuel capacity, vehicle will come with a fitted LED (red, white, blue) light bar and siren w/public address system and speaker (mounted internally) Color ? Red. 72 Each SHOP GENERAL PURPOSE VEHICLE - cargo bed truck with utility compartments on both sides for mechanical tools, compartments will have door locks, a bed space between the compartments for hauling truck tires, equipment, with a ? ton capacity, two passenger, with automatic transmission, diesel engine, electric start, air conditioning, full sized spare tire, class 1 receiver hitch, duel outside mirrors, dome light, vehicle will come with a fitted LED (red, white, blue) light bar and siren w/public address system and speaker (mounted internally) Color ? Red. 38 Each FUEL TRUCK ? Fuel (gasoline and/or diesel) transport truck, 1500-2100 gallon, 5600 ? 8000L (1500-2100 gallon ) capacity, diesel powered, with valves, hosing, couplings, and pumps necessary for receiving and dispensing fuel to fire apparatus. Color ? RED. 22 Each TOW VEHICLE - capable of heavy duty towing of fire trucks: diesel engine, synchromesh gear box, power steering, drum brakes on front and rear, self adjusting air actuated brake with ABS, air conditioned, heavy duty alternator - voltage capacity 2 x12V -220 Ah w 28V /100A, 300 liter fuel tank, full hydraulically operated lifting system, winch on front and rear to pull heavy equipment, standard stowage compartments on both sides in the front behind the cab, compartments will have key locks and compartment lights, safety lights on the roof, flood lights that illuminate 360 degrees for night operation. Special design hydraulic equipment for recovering and transporting wrecked or stranded fire engines, ladder trucks, command vehicles, water tankers, heavy rescue units, and other city apparatus. Vehicle will come with fitted LED (red, white, blue) light bar and siren w/public address system and speaker (mounted internally) Color ? RED. 196 Each LIGHT PICK-UP TRUCKS ?, ? ton pickup, air conditioned, heavy duty alternator, vehicle will come with fitted LED (red, white, blue) light bar and siren w/public address system and speaker (mounted internally). Color-RED. Electronic copies of the SF1449, Schedule, and Terms and Conditions are available at www.cpa-iraq.org The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of an Indefinite Delivery contract. This IDIQ contract is a one year contract. The total contract minimum is $4 Million and the contract maximum is $25 Million. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2000); FAR 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: (i) technical capability of the item offered to meet the Government requirement; (ii) schedule, (iii) price. Technical and schedule are equal, and when combined, are more important than price. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation of Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price for each item and total price for all items; (2) supporting information for proposed items that demonstrates they understand what the government requires and a basis for comparison for brand name or equal, where applicable. (3) Contractor?s Duns and Bradstreet (DUNS) number; (4) Contractor?s Cage Code; and (5) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAY 2002), and Alternate I (APR 2002); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders - Commercial Items (MAY 2002) applies to this acquisition. These additional provisions and clauses apply, FAR 52.232-18 Availability of Funds; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22 Indefinite Quantity; and FAR 52.216-27 Single or Multiple Awards. DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001). . These clauses may be found in their full text along with the solicitation at www.cpa-iraq.org. All interested, responsible firms should submit their quotes electronically to cpa_contracting_acti@orha.centcom.mil, no later than 5:00 P.M. (Baghdad Time), 22 Feb 04. The subject line should include the RFQ Number: FY5866-04-Q-0009. Questions in regards to this quotation should be directed to Colonel Mike Bonheim at email bonheimm@orha.centcom.mil . 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, and the Schedule found at www.cpa-iraq.org for use in preparation of quotation for submission. Contractor format is however acceptable. Points of Contact: Michael E. Bonheim, COL, USA, Contracting Officer, Email bonheimm@orha.centcom.mil. Ronald W. Hirtle, Major, USAF, hirtler@orha.centcom.mil. Place of Performance: Baghdad, Iraq.
 
Place of Performance
Address: Baghdad Civil Defense Warehouse, Baghdad, Iraq, , Grid Zone Coordinates: MB349858
Country: Iraq
 
Record
SN00516017-W 20040206/040204212917 (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.