Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2004 FBO #0858
SOLICITATION NOTICE

19 -- Weilded Aluminum Rigid Hull Skiffs

Notice Date
3/31/2004
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0156
 
Response Due
4/15/2004
 
Archive Date
4/30/2004
 
Point of Contact
Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
 
E-Mail Address
troncosom@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, W914NS-04-Q-0156 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 21, effective 03/26/04 and DFARS Change Notice 20040323. The associated NAICS code is 336611 . The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for welded aluminum rigid hull skiffs to be used for search and rescue operations and maintenance, to be delivered 60 days ARO to, the Port of Umm Qsar, Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a.) Line item 0001, two (2)?12-man, front gated, welded aluminum rigid hull search and rescue skiff, powered by a four-stroke outboard motor. The specifications are: Length shall not exceed twenty feet. All metal to metal mating surfaces shall be sealed to prevent moisture entrapment. All points and pivots shall be equipped with suitable water resistant bearing material to provide minimum friction and bearing points requiring lubrication shall be provided with accessible lubrication fittings. Pipe connections between two solid mounts shall be through flexible connections. All piping and tubing shall run neatly, secured against vibration, and protected from mechanical damage. All exposed edges shall be ground smooth. All plate and sheet in the hull shall be continuous MIG welded. All surfaces to be welded shall be pre-cleaned used stainless steel wire brushes. Two (2) four-inch aluminum cleats shall be installed on each side of the skiff, on the gunwale. All walking areas of the deck shall have a non-skid surface. One, four-stroke outboard engine and propeller. Engine shall have the necessary shaft horsepower and torque to propel skiff at a sustained speed of 25 knots or faster. An aluminum fuel tank(s) shall have a capacity of twenty gallons. Fuel filters shall be furnished and placed in an accessible position for service. The fuel system shall contain the engine manufacturer?s specified fuel filter/water separators. The fuel system shall have an in-line one-quarter turn valve to allow engine to be isolated from the fuel. The fuel lines shall be made of flexible tubing. The fuel lines, supply and return, shall be secured against abrasion and vibrations. Rule Automatic bilge pumps or equal shall be installed against rear transom of the skiff and be powered by a re-chargeable battery system stored to be protected from the weather. A one-year mechanical and structural warranty, starting at the day of Government acceptance, shall be provided. Warranty shall provide on-site repair of major mechanical and structural equipment failures to include parts and labor. Two sets of operating and shop manuals, per skiff, shall be provided for the skiff and outboard motor/fuel system. Manuals shall be in Standard Arabic. Desired delivery date for the contract line item is 60 days after receipt of order. Delivery destination is the customers receiving yard at the Port of Umm Qsar; N30.03219 E047.94332, Delivery Duty Unpaid, Cost, Insurance & Freight (DDU/CIF). The provision at 52.212-1, Instructions to Offerors?Commercial applies to this acquisition as well as the following addenda: Offeror shall submit information on their past performance in like or similar acquisitions in the last three years. The Offeror will provide no more than two pages of past performance information. Use type characters no smaller that 10 pitch. 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 including e-mail address and telephone number. Offeror?s technical proposal (including delivery terms) shall be no longer than three pages of text. Use type characters no smaller that 10 pitch. Offeror?s pricing data shall be no longer than three pages. Use type characters no 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. The Offeror?s technical proposal may also included one brochure or three pages containing pictures of the proposed skiff and engine. Offeror shall submit an original proposal and one copy. The proposal shall be easily segregated between price, technical and past performance. Both the original and copy may be transmitted via e-mail. The copy of the proposal submitted is for evaluation purposes and shall not bear any logos, trademarks, company names or points of contact information that would identify the Offeror. The provision at 52.212-2. Evaluation?Commercial Items applies to this acquisition as well as the following addenda: The Contracting Officer will evaluate quotes on the basis of technical, price and past performance. 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. In the technical proposal, Offerors shall also discuss whether they will be able to comply with the delivery requirements. The price will be considered. Offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. Offeror?s record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the Offeror?s quote. The technical and past performance proposals will be more significant then the price. Offerors shall include a completed copy of the provisions 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 quote / proposal is due at 1700 hours, Baghdad time, on 15 April 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, clementsc@orha.centcom.mil. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq.
 
Place of Performance
Address: Port of Umm Qsar,
Country: Iraq
 
Record
SN00557767-W 20040402/040331212636 (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.