Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2004 FBO #0875
SOLICITATION NOTICE

99 -- Sand Bags

Notice Date
2/13/2004
 
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
W914NS-04-Q-0145
 
Response Due
2/28/2004
 
Point of Contact
Major Tom Ficklin, Contracting Officer, Phone 703-343-9225, Fax 703-239-9227, - Ellen Adams, Contracting Officer, Phone 703-239-9224, Fax 703-239-9227,
 
E-Mail Address
ficklint@orha.centcom.mil, adamse@orha.centcom.mil
 
Small Business Set-Aside
Total Small Business
 
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-0145, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 238910. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for the following: Sand Bag, empty. Shall meet the following specifications: Each sand bag shall nominally be 26" in height, 14" in width and provide for a 10" diameter opening for filling. The bags shall be mildew resistant and may be woven or stitched. There shall be an opening on one end only. The tie string shall be attached to each bag. All bags shall be uniform in color. The bags shall be single wall construction and made of either burlap or polypropylene. Estimated total quantity is 3,000,000 bags. Ordering period is from contract award through 31 Jan 05. Delivery shall be to Kirkush Military Training Base or Taji Military Training Base in Iraq not later than 30 days after receipt of order. Faster delivery is desired, offerors shall propose delivery schedule. Each offeror shall provide one sand bag sample to the following address: CPA Contracting, Major Tom Ficklin, Republican Presidential Compound, Baghdad Iraq, APO AE 09335. The sample must arrive prior to bid closing, 28 Feb 04. Line item prices shall include all costs of freight. An electronic version of the SF 1449 may be viewed 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 a firm fixed price, indefinite delivery indefinite quantity contract, with delivery information and quantities to be stated on each delivery order. Acceptance will be specified in each delivery order. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation – Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price and total price for all items; (2) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (MAY 2002), and Alternate I (APR 2002); (3) Contractor’s Dun 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. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.211-16 Variation in Quantity, blanks are completed as follows: (b)1 “15%”, (b)2 “0%”, (b)3 “the total contract quantity”, FAR 52.212-1 Instructions to Offerors – Commercial Items (OCT 2000); 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, to include the following subparagraphs; FAR 52.216.-18 Ordering, blanks are completed as follows “contract award” and “31 Jan 05”; FAR 52.216-19 Order Limitation blanks are completed as follows paragraph a. “10,000 bags”, (b)1 “1,500,000 bags”, (b)2 “3,000,000 bags”, (b)3 “3 ” and (d) “5 days”; FAR 52.216-22 Indefinite Quantity blank in paragraph (d) is completed as follows “31 May 05”; FAR 52.216-27 Single or Multiple Awards; FAR 52.222-3 Convict Labor; 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 52.232-18 -- Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor’s Registration (NOV 2001); 252.225-7012 Preference for Certain Domestic Commodities.PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2003) (a) Definitions. As used in this clause--(1) "Component" means any item supplied to the Government as part of an end product or of another component.(2) "End product" means supplies delivered under a line item of this contract. (b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States, its possessions, or Puerto Rico:(1) Food.(2) Clothing.(3) Tents, tarpaulins, or covers.(4) Cotton and other natural fiber products.(5) Woven silk or woven silk blends.(6) Spun silk yarn for cartridge cloth.(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics.(8) Canvas products.(9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles).(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b).(c) This clause does not apply-(1) To items listed in section 25.104(a) of the Federal Acquisition Regulation (FAR), or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices; (2) To end products incidentally incorporating cotton, other natural fibers, or wool, for which the estimated value of the cotton, other natural fibers, or wool--(i) Is not more than 10 percent of the total price of the end product; and (ii) Does not exceed the simplified acquisition threshold in FAR Part 2; (3) To foods that have been manufactured or processed in the United States, its possessions, or Puerto Rico, regardless of where the foods (and any component if applicable) were grown or produced, except that this clause does apply to fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States; (4) To chemical warfare protective clothing produced in the countries listed in subsection 225.872-1 of the Defense FAR Supplement; or (5) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if-(i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include-(A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances); (B) Items made in whole or in part of fabric in Federal Supply Group 83, Textile/leather/furs/apparel/findings/tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia; (C) Upholstered seats (whether for household, office, or other use); and (D) Parachutes (Federal Supply Class 1670); or (ii) The fibers and yarns are para-aramid fibers and yarns manufactured in the Netherlands.; DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. De-Baathification of Iraqi Society, (a) The contractor shall not employ or subcontract with any persons determined under procedures promulgated by the Iraqi Governing Council to be full members of the Baath Party or affiliated with the organizations set forth at section 2(2) of CPA Memorandum No. 7, Delegation of Authority Under De-Ba’athification Order No. 1, dated November 4, 2003 and therefore prohibited from continued or future employment (hereafter referred to as “prohibited person”). Contractors shall coordinate with the Ministry of Justice to determine whether particular individuals are “prohibited persons”.(b) If during contract performance, a person employed by the contractor or subcontractor is determined to be a prohibited person under procedures promulgated by the Iraqi Governing Council, the contractor shall, as appropriate: (1) Terminate the employment of the prohibited person. (2) Terminate the subcontract with the prohibited person as soon as possible consistent with satisfying contract requirements.(c) The contractor shall not display the image or likeness of Saddam Hussein or other readily identifiable members of the former regime or symbols of the Baath Party or the former regime in government buildings or public spaces. (d) Flowdown. The contractor shall include a comparable clause in all subcontracts and require all subcontractors to flow down the clause.(e) The 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 can be found at http://cpa-iraq.org. Alternate Dispute Resolution - The parties to this contract agree that swift, inexpensive and amicable resolution of disagreements is in our mutual interest. The parties further agree that Alternative Dispute Resolution (ADR) can contribute significantly to the shared goal of resolving disagreements swiftly and efficiently. Therefore, the parties agree to the non-binding use of ADR in an effort to seek final disposition of disagreements within the time periods set forth below. These time periods are guidelines only and may be altered to fit particular controversies. Amount in Controversy Suggested Resolution Period After Receipt of Written Notice $250,000 or less Not to exceed 60 days $250,001-$1M Not to exceed 90 days Over $1M Not to exceed 180 days The parties agree that any of the following ADR methods may be used at any time during contract performance; mediation, early neutral evaluation, mini-trial, Executive Dispute Resolution Committee consisting of principals of the owner and the builder, Dispute Resolution Board made up of impartial third parties (each party shall select one member and the third shall be selected by the two designated members), and any other non-binding procedure. The parties further agree that the use of ADR is entirely voluntary and nothing is this provision shall affect the rights of either party under the clause entitled “disputes,” FAR 52.233-1. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-2) no later than 5:00 P.M. (Baghdad Time), 28 Feb 04, to the following email address: ficklint@orha.centcom.mil Attn: Major Tom Ficklin, Coalition Provisional Authority, Baghdad, Iraq. Questions in regards to this quotation should be directed to Maj Tom Ficklin at email ficklint@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 found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor’s Registration database (www.ccr.gov) prior to the award of any Government Contract. This request for quote is issued subject to the availability of funds. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-APR-2004, 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.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-Q-0145/listing.html)
 
Place of Performance
Address: Kirkush Military Training Base and Taji Airfield, Iraq
Country: Iraq
 
Record
SN00568137-F 20040419/040417213855 (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.