Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

22 -- Spares for ZPMC Cranes

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0222
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
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-0222 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 2001-24, effective 19 July, 2004, and DFARS Change Notice 20040625. The associated NAICS code is 336999. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for two (2) sets of spare parts for ZPMC Container Cranes. Contract Line Items (CLIN) 0001 through 0018 must be delivered 60 days ARO to Port Umm Qasser, Iraq (grid zone coordinates: North 30.05819 and East 47.92281). Description and specification requirements for the CLINs listed in Attachment 1. The Contracting Officer will evaluate quotes on the basis of technical (capability of the items offered to meet the agency need, product literature, and warranty provisions.) and price. 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: North 30.05819 and East 47.92281). 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 contract line items (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 for 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 prior to the award of any Government Contract! 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 P urchases (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), 15 September, 2004, to the following email address: walter.walter@cpa-iq.org - 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 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: Port of Umm Qasser
Zip Code: 09316
Country: Iraq
 
Record
SN00660422-W 20040901/040831064402 (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.