Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

22 -- 120 Intermodal Container Wagons

Notice Date
4/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous 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-0165
 
Response Due
4/24/2004
 
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-0165 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 22, effective 5 April 2004 and DFARS Change Notice 20040323. The associated NAICS code is 339999. The Coalition Provisional Authority (CPA), Baghdad, Iraq, desires efficient movement of materials between seaports, railheads, and truck carriers. In an effort toward fulfilling this desire, the CPA has a requirement for Intermodal Container Wagons, flatbed railcars designed to nest intermodal shipping containers for transport over rail to be delivered 180 days ARO to, either the Port of Umm Qsar, Iraq or Rabiya, Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a.) Line item 0001, 120 Trinity Rail Group model SGGMRSS 80-type Intermodal Container Wagons (ICW) or equal with a one-year warranty to begin at the time of acceptance. Response time for repairs under warranty is less than 30 days. PERFORMANCE SPECIFICATION • 6-axle, 3 bogie flat container unit type 4/UIC 571-4 • International Union of Railways (UIC) 505-1 loading gauge, Iraqi Republic Railways (IRR) loading gauge # Z 7056, 1435 mm standard gauge • Capable of handling 2 x 40’ or 4 x 20’ ISO containers • Axle load 20 tons • Loading height 1,170 mm • Maximum operating speed 120 km/h loaded/empty • Loaded wagon capable of operating over 75m curve radius • Required maximum load weight: 94 tons • Maximum axle load: 20 tons • 16 retractable container spigots, UIC type 571-4 • UIC standard safety equipment, including coupler’s handle, signal lamp holder, cable hook, station label rack, left end footstep 350 mm x 350 mm • UIC type SA3 coupling system with buffers • Knorr or equal automatic brake system, distribution valve “Keicsl”, with automatic slack adjuster. Non-metallic brake shoes • Handbrake on side of wagon, to be operated from ground level • Exterior painting black and lettering shall be applied according to UIC standards and IRR instructions • Fully interchangeable for international operating service • Complies with all requirements and dimensions for applicable UIC, RIV (freight vehicles) and RID (passenger vehicles) regulations. The offeror may provide quote for shipment of the ICWs to either the Port of Umm Qsar or the railhead at Rabiya or both. b.) Line item 0002, A one-year, on-site (buyer's site) maintenance agreement for any parts and service not already covered in the warranty for the ICWs in Line Item 0001. Maintenance agreement begins at time of acceptance. c.) Line item 0003, Training for up to 50 IRR administrative and maintenance employees to cover use of field manuals supporting field operation and repair of the ICWs. Class-room and hands-on training will provided to accomplish the goal of self-sustained field repair. Each student shall be provided an operations and maintenance manual. This manual shall be in Standard Arabic and English and shall contain technical data to include illustrations showing part number of the components, assemblies and subassemblies; functional description of machine and subassemblies; operating, safety, and emergency procedures; troubleshooting guide; and preventive maintenance schedules and practices; and corrective maintenance procedures. Desired delivery date for the contract line item is 180 days after receipt of order. Delivery destination can be either the custom’s yard at the rail station in Rabiya, Iraq or the custom’s 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: Quotes are to be in English. 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. In addition, the Offeror’s technical proposal may also included one brochure or three pages containing pictures of the proposed ICW. The 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. 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 proposals on the basis of technical, past performance and price. The Contracting Officer will award a contract to the responsive offeror conforming to the combined / synopsis that is the most advantageous to the Government, price and other factors considered. 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. Proposals 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 factors are 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 24 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-MAY-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-0165/listing.html)
 
Place of Performance
Address: Either the Port of Umm Qsar, Iraq or Rabiya, Iraq.
 
Record
SN00592607-F 20040527/040525213949 (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  © 1994-2020, Loren Data Corp.