Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

Z -- Building Renovation - IRAQ Communications & Media Commission

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Coalition Provisional Authority, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0219
 
Response Due
9/17/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9218, - Richard Nalwasky, Contracting Officer, Phone 703-343-9218,
 
E-Mail Address
walter.walter@cpa-iq.org, richard.nalwasky@cpa-iq.org
 
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-0219, 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 236220. The Project and Contracting Office (PCO), Baghdad, Iraq has a requirement for building renovation. Contract Line Item (CLIN) 0001 must be completed 180days ARO. CLIN 0001 ? ICMC Building Renovation, 1 Lot, $______________________. Statement of Objectives for Iraq Communications and Media Commission Headquarters (ICMC) Building Renovation: 1. General Objectives 1.1. The Iraq Communications and Media Commission (ICMC) will move to an existing building located at MGRS 38 S MB 47915 83845 in Baghdad. This project will renovate the building into a modern facility suitable for ICMC?s purposes. 1.2. The purpose of this Statement of Objectives (SOO) is to state the objectives of ICMC with respect to their new headquarters building. 1.3. The contractor shall propose a Statement of Work (SOW) that will satisfy the stated objectives. The SOW shall be the contractor?s complete plan detailing how the contractor proposes to achieve the completed building. 1.4. The building shall retain its original architectural character. The renovation shall be aimed at restoring the building to its original character and adapting it to the functions stated in this document. 2. Technical Objectives 2.1. The building will provide suitable work locations for a total of 150 personnel including: 18 Executives 10 Department Heads 15 Senior Managers 35 Administrative Staff 20 Training Staff 52 Engineers 2.2. The building shall be remodeled to provide space suitable for each of the personnel given previously and as stated below. 2.3. The basement will accommodate two training areas and parking. 2.4. The ground floor will accommodate engineers and their administrative staff. 2.5. The first floor will accommodate the engineers and their administrative staff. 2.6. The second floor will accommodate the executives and their administrative staff. 2.7. There shall be space for parking a minimum of 30 vehicles. There shall be space for three cars to park in the basement. 2.8. Two conference rooms are required: An executive conference room for up to 20 persons should be located on the second floor. A general conference room for up to 30 persons should be located on the first floor. 2.9. All added interior office and other room walls shall be constructed of studs, gypsum board and insulated for sound attenuation. 2.10. All of the offices shall have false ceilings with sound-absorbing tiles and recessed lighting. Air conditioning ducts shall also be located above the false ceiling. 2.11. All of the electrical wiring shall be replaced and brought up to European standards. 2.12. All of the plumbing shall be refurbished or replaced and brought up to modern European standards. 2.13. The existing roof shall be assessed for structural integrity and weather proofing. The half-cylinder mid-roof shall be assessed to determine the cost effectiveness of refurbishing or replacing with a flat roof. 2.14. All of the interior walls shall be repaired and repainted. 2.15. All of the exterior walls shall be repaired and refinished. 2.16. All materials shall be as original or a suitable replacement that conforms to the intent of the SOO. 2.17. All additional plumbing shall be unobtrusively surface mounted either on exterior or interior walls as appropriate. 2.18. All additional electrical wiring shall be unobtrusively surface mounted either on exterior or interior walls as appropriate. 2.19. The SOW shall detail a design schedule including reviews at appropriate intervals to ensure that the design is developing according to ICMC?s vision. The SOW shall include a schedule detailing work progress and milestones including design reviews and major completions, as a mini Evaluation: The Contracting Officer will evaluate quotes on a best value basis, the basis of which consists of technical (capability of the items offered to meet the agency need as listed in the SOW), past performance, and price. The selection of a contractor for award will be based on the specification strength and quality in the area of the offeror?s technical proposal. Offerors shall include a detailed product description that highlights specifications and quality. The technical quote will be significantly more important than past performance and price. Past performance and price are of equal importance. The Government intends to make a single award for all items. The price proposals are not rated against standards but will be evaluated for realism, completeness, and reasonableness. It is the Government?s intent to award to an offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the combined synopsis/solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information) and is judged, based on the evaluation factors to represent the best value to the Government. The Government seeks to award to the offeror who gives the Government the greatest confidence that it will meet or exceed the requirements affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors and the Contracting Officer reasonably determines that the technical superiority and/or overall business approach and/or superior past performance of the higher price offeror outweighs the cost difference. While the Government will strive for maximum objectivity, the best value selection process, by its nature, is subjective. Professional judgment is implicit throughout the entire process. 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. Past Performance: Offerors shall provide references for a minimum of three of the offeror?s customers (contracts and/or subcontracts) for items of same or similar scope. Projects cited and past performance references shall be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (NOTE: Include E-mail address and phone number for references!). Each 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. The 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. Delivery: Offerors are directed to FAR 52.211-10 on how they will be able to comply with the delivery requirements as follows: 52.211-10 Commencement, Prosecution, and Completion of Work. As prescribed in 11.404(b), insert the following clause in solicitations and contracts when a fixed-price construction contract is contemplated. The clause may be changed to accommodate the issuance of orders under indefinite-delivery contracts for construction. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 180 days after contract award. The time stated for completion shall include final cleanup of the premises. (End of clause) In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price/cost plus fixed fee contract. Acceptance will be by the Ministry of Communication, Baghdad, Iraq. 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; (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 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; however, self-certification pages under 52.212-3 listed below do not count against the limit. 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, in English, an original proposal and one copy. The proposal shall be easily segregated between the technical quote, past performance, and contract line item (CLIN) price, which shall be quoted in US dollars. 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. Compressed or executable files are not permitted. Offers based on Irrevocable Letters of Credit (ILC) will not be considered; these acquisitions are funded with U.S. appropriations which does not allow for ILCs! 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-Baathification of Iraqi Society and the corresponding implementation plan and delegations of authority (found at http://cpa-iraq.org). All interested, responsible firms may submit quotes (applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above) which must be received no later than 5:00 P.M. (Baghdad Time), 17 September, 2004 at the following email address: walter.walter@cpa-iq.org. Franked mail must be delivered to: Republican Presidential Palace, Attn: DOS-Project & Contracting Office, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror and must bear in mind that franked delivery may be delayed due to hostile activities. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walter.walter@cpa-iq.org; 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: Baghdad
Zip Code: 09316
Country: Iraq
 
Record
SN00649638-W 20040825/040823212303 (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.