Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
MODIFICATION

42 -- BREATHING UNITS

Notice Date
6/22/2004
 
Notice Type
Modification
 
NAICS
333912 — Air and Gas Compressor 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-r-9003
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, Fax null,
 
E-Mail Address
doug.kimmel@CPA-IQ.org
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W914NS-04-R-9003 is being issued as a request for proposal (RFP). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-23. (IV) This requirement is being synopsized as full and open competition under standard industrial classification code 3563, NAICS Code 333912. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 – Acquisition of Commercial Items. (V) COMMERCIAL ITEM DESCRIPTION: Contractor shall provide a complete and usable end product. Contractor must provide pricing on all items for their quote to be accepted. No alterations, additions, or deletions shall be made unless by prior written approval of the Contracting Officer. All work must meet or exceed acceptable industry standards and codes for the building trades. Items will be listed by line item number, **LINE ITEM 0001** 22 Each, High Pressure Breathing Air Compressor W/ Cascade System & Two Cyclinder Fill Stations – Turn key or plug/play type unit complete with 13 CFM (minimum) breathing air compressor, prime mover, four (4) cylinder cascade system and two cyclinder fill station to fill self contained breathing apparatus (SCBA), piping and tubing shall be neat and contoured and properly supported and protected to prevent damage from vibration during operation, low maintenance is a must, switches, buttons and valves will be labeled in Arabic. Owners manual and maintenance schedule will be in English and Arabic. Upon delivery contractor will provide training on operation. **LINE ITEM 0002** 1824 Each, Self Contained Breathing Apparatus (SCBA W/ One Spare Air Cyclinder – complete SCBA with 45 minute carbon cylinder rated NFPA compliant for fire service use. Hard case will be provided for each complete pack, Owners manual and maintenance schedule will be in English and Arabic. **LINE ITEM 0003** 1 Lot, Breathing Air Compressor Training – The contractor shall provide comprehensive hands-on Train-the-Trainer type of training for breathing air compressor operator classes. Training class size is 38 students. Training shall be a 40 hour block of instruction and shall not exceed 6 class days. Contractor shall prepare daily curriculum and include it with offer. Class shall be delivered through the Arabic language, either directly or through a translator. This Training shall be performed in Jordan, at a place of the contractor’s choosing. Dates and specific location shall be coordinated with the customer (Government). All training equipment and travel required in support of this requirement is the responsibility of the contractor. **LINE ITEM 0004** 24 Months, Maintenance Services – The contractor shall provide a 2 year (24 Months) On-Call Maintenance plan. This includes all manufacture recommended scheduled maintenance and on-call corrective maintenance. Contractor shall respond to trouble call within 24 hours. Repairs shall be completed within 7 days of notification. (VII) Place of delivery / performance: The Delivery Destination is Baghdad Civil Defense Warehouse (grid zone MB349858). All Cost included, Firm-Fixed Price. All duties and tax are the responsibility of the Contractor. All shipments shall be marked “Iraq Reconstruction Program” and “Shipment in transit for Humanitarian Purposes”. Recent Changes in the Tariff Charges coming into Iraq require a 5% fee effective 15 April 2004. That fee is waived for the items being acquired for Humanitarian Purposes. The Awardee will be provided the appropriate form to be included with all packages and invoice for this waiver if the items are being shipped into Iraq expressly to fill this requirement. DELIVERY ** the quote shall detail a schedule how it will assure that delivery / performance will be accomplished by a time frame of August 15, 2004. The PRICING PROPOSAL PORTION - The Contracting Officer will EVALUATE PROPOSALS on the basis on the overall Best Value considering Technical Specifications / Technical Data; capability of the item offered to meet agency need to include technical features and warranty provisions, Delivery dates and Prices proposed. Factors for Award are listed in descending order of importance as follows: 1) Technical 2) Delivery; 3) Price; will be evaluated on the basis of earliest delivery to the final destination and how the offeror will assure delivery / performance by that earliest possible time frame considering price. The Government will choose depending on which quote is determined to be in the best interest of the Government considering technical, past performance, price, and delivery date. The proposed PRICE PROPOSAL portions will be evaluated based on prices alone. The offeror should include all factors in the proposal or the proposal will be considered non-responsive. F.O.B. POINT IS DESTINATION. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. (IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on technical, price, price related factors and delivery. (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer, which can be found at http://www.arnet.gov/far/. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. (XIII) N/A. (XIV) N/A. (XV) N/A. (XVI) Proposals will be due to the Coalition Provisional Authority (CPA) – Contracting Activity, Republican Presidential Compound Baghdad, Iraq APO AE 09316, by 30 Jun 2004, 5:00 p.m. local time. *Proposals can be emailed to the listed point of contact.* Due to the limited resources available at the CPA location, please limit your company name or logo to just the cover page of your submission/s. (XVII) Point of Contact is Doug Kimmel, doug.kimmel@CPA-IQ.org. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS 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-r-9003/listing.html)
 
Place of Performance
Address: CPA-Contracting Activity Republican Presidential Compound Baghdad Iraq APO AE
Zip Code: 09316
Country: Iraq
 
Record
SN00608043-F 20040624/040622212632 (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.