Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2004 FBO #1081
SOLICITATION NOTICE

22 -- Railroad Passenger Coaches

Notice Date
8/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
482112 — Short Line Railroads
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09316
 
Solicitation Number
W914NS-04-Q-0220
 
Response Due
9/22/2004
 
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-0220, 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 482112. The Project and Contracting Office (PCO), Baghdad, Iraq has a requirement for Train Passenger Coaches. Contract Line Items (CLIN) 0001 through 0003 must be delivered between 150 and 210 days ARO to Baghdad, Iraq. (See FAR 52.211-9 below) Description and specification requirements are: CLIN 0001 ¨C Passenger Coach, Restaurant/Club Configuration, 1 Each, $_________; CLIN 0002 ¨C Passenger Coaches, Sleeping configuration, 2 Each, $_____________; Total: $_______________; CLIN 0003 ¨C Passenger Coaches, Couchette Configuration, 3 Each, $_____________; Total: $_______________. Prices shall include delivery F.O.B. to Baghdad, Iraq, inclusive of all transportation costs; the successful offeror will be issued a customs levy exemption form. Performance Specifications: TRACK GAUGE: 1435 mm TOTAL LENGTH OVER BUFFERS: 26400 mm plus/minus CENTER PIN DISTANCE: 19000 mm plus/minus CARBODY WIDTH: 2825 mm plus/minus BODY HEIGHT FROM TOP OF RAIL: 4050 mm plus/minus FLOOR HEIGHT FROM TOP OF RAIL: 1250 mm plus/minus FOLDING STEP HEIGHT: 565 mm plus/minus AXLE LOADING (max) 16.5 metric tons SIDE ENTRANCE DOORS: Swing Sliding Pneumatic Doors END DOORS: Sliding Pneumatic Doors BOGIE: Bombardier MD523-1 BOGIE WHEEL BASE: less or equal to 600 mm WHEEL DIAMETER (new): 920 mm MINIMUM CURVE RADIUS: (mainline) 150 meters (uncoupled and empty) 80 meters BRAKE SYSTEM: Knorr Bremse system w/2 pipes of 8 and 5 bars, w/KE1CSL distributor valves, anti-skid device and emergency brake valve. BRAKE TYPE: Pneumatic disc ELECTRICAL POWER SYSTEM a. Trainline from Power Luggage Van: 1500v 50 Hz 3-phase w/step-down transformers to 380-220v b. From external source at stations: 380v ELECTRICAL POWER REQUIREMENTS: a.. Air Conditioning - 380v b. Lighting - 220v c. Controls - 48v DC ILLUMINATION SYSTEM: Fluorescent (indirect) and incandescent as appropriate to design AIR COND/HEATING SYSTEM: Capable of efficient operation at outside temperatures of: Max. Summer Shade: +55degrees Max. Summer Sun: +80 degrees Min. Winter -25 degrees Fresh Air: 1200 m3 /hour HEIGHT OF COUPLER less or equal to 060mm ATR UIC 505-1 LOADING GAUGE, IRR LOADING GAUGE # Z 7056 MAXIMUM OPERATING SPEED: 160 kph COUPLERS UIC SA-3 w/buffers DIST. BETWEEN BUFFER CENTERS: 1 750 mm AIR-TIGHT PERFECT SEAL RUBBER GANGWAYS SHALL BE FITTED. ALL COACHES WILL BE FITTED WITH A SOUND SYSTEM TO ENABLE TRAIN ANNOUNCEMENTS TO BE BROADCAST THROUGHOUT THE TRAIN AS WELL AS PROVIDING MUSICAL ENTERTAINMENT UIC STANDARD SAFETY EQUIPMENT EXTERIOR PAINTING AND LETTERING SHALL BE APPLIED ACCORDING TO UIC AND IRR STANDARDS FULLY INTERCHANGEABLE FOR INTERNATIONAL OPERATING SERVICE COMPLIES WITH ALL REQUIREMENTS AND DIMENSIONS FOR APPLICABLE UIC, RIV AND RID REGULATIONS. VENDOR SHALL SUPPLY NECESSARY SPARE PARTS AND REQUIRED TRAINING TO IRR FOR THE ROUTINE MAINTENANCE AND SUCCESSFUL OPERATION OF EQUIPMENT FOR ONE YEAR. COACH TYPE/CONFIGURATION/CAPACITY RESTAURANT/CLUB COACH (up to 2): Capacity of not less than 32 seats at 8 individual dining tables with additional seating in bar/lounge area. Bidders are encouraged to submit creative designs for this coach. Kitchen to be all-electric and of stainless steel construction. SLEEPING COACH (up to 6): Capacity of ten 2-berth compartments plus one crew compartment. Beds, one upper and one lower in each compartment, shall make into seats for day travel. Each compartment shall contain a wash basin with hot and cold water, folding table, mirror, floor heater and reading lights. The Coach shall contain two restrooms (one Eastern style and one Western style) and one shower room. COUCHETTE COACH (up to 6): Capacity of either nine 6-berth compartments or ten 4-berth compartments. There will be one crew compartment. Beds shall make into seats for day travel. Shall contain two restrooms (one Eastern style and one Western style) and one shower room. 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; a neutral rating will be given to offerors without past performance experience. 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 should 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 52.211-9 on how they will be able to comply with the delivery requirements as follows: 52.211-9 Desired and Required Time of Delivery. DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997) (a) The Government desires delivery to be made according to the following schedule. DESIRED DELIVERY SCHEDULE - Item No: CLIN 0001-00003; Quantity: Various; 150 DAYS/MONTHS AFTER DATE OF CONTRACT. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - Item No.: CLIN 0001-0003; Quantity: Various; 210 DAYS/MONTHS AFTER DATE OF CONTRACT. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE - Item No.: __________; Quantity: _______; WITHIN _______ DAYS AFTER DATE OF CONTRACT. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term 'working day' excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause) In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price contract. Acceptance will be by the Ministry of Transportation, Baghdad, Iraq. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ¨C 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) Contractors Duns and Bradstreet (DUNS) number; (5) Contractors 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 Contractors 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 ten 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! Advance payments are not authorized. 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¡ªCentral 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 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), 22 September, 2004 at the following email address: walter.walter@cpa-iq.org. Franked mail must be delivered to: Republican Presidential Palace, Attn: 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 09-NOV-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/USA/CPAIRAQ/APOAE/W914NS-04-Q-0220/listing.html)
 
Place of Performance
Address: Baghdad
Zip Code: 09316
Country: Iraq
 
Record
SN00706644-F 20041111/041109213448 (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.