Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

20 -- Cranes, Mobile Harbor - 100-Ton

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
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-0160
 
Response Due
4/19/2004
 
Archive Date
5/4/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9216, - Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
 
E-Mail Address
walters@orha.centcom.mil, 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-0160, 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 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 333298. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for two (2) 100-Ton Mobile Harbor Cranes. Contract Line Item (CLIN) 0001 must be delivered 60 days ARO to Port Umm Qasser, Iraq (grid zone coordinates: N30.05800-E47.95707). Description and specification requirements are: CLIN 0001 ? Mobile Harbor Cranes, 100-Ton; TWO (2) each. PLEASE NOTE: CRANES MUST BE NEW! Statement of Work (SOW) 1.) Scope: The purchase price shall include all labor, parts, and equipment to ship both 100 Ton Mobile Harbor Cranes, unloading and staging the cranes in Umm Qasser, and sufficient spare parts and materials necessary to provide the end-user with fully operational 100 Ton Mobile Harbor Cranes that meet or exceed the performance requirements listed below. 2.) Performance Requirements; Cranes shall meet the following technical requirements - Minimum heavy lift: 100 tons; Minimum Standard Lift ? 63 tons; Minimum Working Speeds: hoisting/lowering ? 70m/min, slewing ? 1.35 rpm, luffing ? 60 m/min, traveling ? 80 m/min; Minimum Hoisting Height: Above Ground ? 40m, Below Ground ? 12m; Nominal dimensions: Propping base ? 13m x 12m, Travel Mode ? 16m x 9m; Maximum Weight: 450 tons; Diesel Engine: @ 1,500 RPM ? 701 kw, @ 1,800 RPM ? 847kw; Chassis: Number of Axles ? 7, Steerable ? 6, Driven ? 3; Capacities: @12 meters ? Heavy Lift ? 100 tons, @50 meters ? Heavy Lift ? 33 tons. 3.) Requirements; 3.1) The equipment shall perform in accordance with the Performance requirements in this Statement of Work (SOW). 3.1.1.) The offeror shall provide the labor, equipment, parts, and materials necessary to place the two (2) 100-ton Mobile Harbor Cranes in operational service. 3.1.2.) The offeror shall provide equipment that meets or exceeds the performance requirements provided in Section 2.) of this document. 3.1.3.) The offeror will be responsible for securing required travel documents and lodging for personnel conducting the set-up of the two (2) cranes. 3.2.) Detail Tasks; 3.2.1.) Offeror shall submit technical specifications for each 100-Ton Mobile Harbor Crane. 3.2.1.1.) Unloading and Staging: The offeror shall provide support to unload and stage both cranes at the Port of Umm Qasser and arrange unloading. Equipment shall be carefully inspected by the offeror and any deficiencies shall be documented and submitted by the Inspection & Acceptance official at the point of delivery/installation. 4.) Spare Parts: The offeror shall prepare a list of spare parts recommended for initial support of he system. This list shall be designed to ensure that the system can be kept operationally ready for a period of one year. The list shall indicate the range and depth of parts needed to allow the Iraqi Ministry of Transportation sufficient lead time to establish a sustainable supply support capability and sources of supply. 5.) Tools & Test Equipment List (TTEL): The offeror shall identify any special tools or test equipment that will be required to support the equipment at the prescribed maintenance level. The offeror shall provide a separately priced tools and test equipment list. 6.) Commercial Off-the-Shelf (COTS) Documentation & Operation & Maintenance (O&M) Manuals: The offeror shall provide all operations, maintenance, and COTS documentation necessary to ensure the system can be operated and supported in English and Arabic. All documentation provided by the offeror shall be accounted for upon delivery at Port Umm Qasser. 7.) Training: The offeror shall provide all initial and sustained training resources and services necessary to train the target audiences. The training shall guide students through the operation, inspection, adjustment, troubleshooting, and repair of the cranes. Training materials consisting of programmed text, instructor guidance, and supplemental written and audio-visual material shall be prepared. 8.) Warranty: The offeror shall provide a warranty that covers normal operational wear and tear for a period of one (1) year. Repairable components will be exchanged for repair in accordance with warranty, maintenance agreements, or contractor repair procedures. The offeror shall identify the description and any special language needed for controlling the repair and return process under the provisions of the warranty. 9.) Transportation & Transportability: The offeror shall address the physical characteristics of the equipment and transportability parameters to ensure that the system design is mobile, resistant to transportation and handling damage, and compatible with commercial and common carrier transport. The vendor shall ensure that the end item deliverables meet any unique, security, protection, and handling requirements. The offeror shall ensure that shipments, whether software, hardware or documentation, from any site is in accordance with applicable customs and security regulations. The vendor shall control, receive, store, return, inventory, and be accountable for all deliverables to the appropriate staging area. Special listing and/or tie-down equipment, if required, shall be coordinated to transport the cranes. PLEASE NOTE: CRANES MUST BE NEW! The Contracting Officer will evaluate quotes on the basis of technical (capability of the items offered to meet the agency need as listed in the SOW), price, and past performance. In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 60 days ARO. Acceptance will be by the Port of Umm Qasser, Iraq (grid zone coordinates: N30.05800-E47.95707). The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors?Commercial, as well as the following instructions: Offerors shall submit information on their past performance in like or similar acquisitions in the last three years. The Offerors 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. Offerors? technical proposal (including delivery terms) shall be no longer than three pages. Use type characters no smaller that 10 pitch. Offerors? pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. No attachments are allowed and 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. Offerors shall submit an original proposal and one copy. The proposal shall be easily segregated between the contract line item (CLIN) 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. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) a price proposal which shows the proposed unit price for each line item, the extended total price for each line item, and the total overall price for all contract line items; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the SOW but not exceeding the clause at 52.212-1, as delineated above; (3) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Cage Code; and (6) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Note: Contractors must be registered in the Central Contractor?s Registration database in order to receive payment, should they receive a Government contract award! The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002) as augmented by the Department of Defense FAR Supplement (DFARS); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002), to include the following subparagraphs--FAR 52.222-3 Convict Labor (AUG 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999); FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); and De-Ba?athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 may 2003, Subject: De-Ba?athification of Iraqi Society and the corresponding implementation plan and delegations of authority (found at http://cpa-iraq.org). All interested, responsible firms should submit quotes (all applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above), no later than 5:00 P.M. (Baghdad Time), 19 April, 2004, to the following email address: cpa_contracting_act1@orha.centcom.mil ? Franked mail must be delivered to: Republican Presidential Palace, Attn: Contracting, Coalition Provisional Authority, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walters@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.
 
Place of Performance
Address: Port of Umm Qasser
Country: Iraq
 
Record
SN00559379-W 20040404/040402212708 (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.