Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
SOLICITATION NOTICE

42 -- HESCO BARRIERS

Notice Date
12/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09316
 
ZIP Code
09316
 
Solicitation Number
W914NS-05-Q-0012
 
Response Due
12/18/2004
 
Archive Date
1/2/2005
 
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-05-Q-0012, is issued as a Request for Quotations (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 2001-23 and DFARS Change Notice 20040513. The associated NAICS code is 421390. The Project and Contracting Office, Baghdad, Iraq has a requirement for HESCO MIL-4 Style Barrier or equal. Delivery shall be 45 days after award to FOB Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: ITEM 0001 HESCO Barriers, MIL-4 Style (equal or better). QTY: 960 Unit: Each Unit Price: $________ Total amount: $_________ The Contracting Officer will evaluate quotes on the basis of Price and Technical acceptability equally. Past Performance and delivery Schedule will be factors of consideration. The selection of a contractor for award will be based on the quality and specification strength in the area of the offered price and technical acceptability (offeror shall include detailed product description that highlights specifications and qualifications). 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. The past performance and delivery will be considered, although of lesser importance than the price and technical elements of the proposal. Offerors should provide references for a minimum of three other contracts and/or subcontracts for items of 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 (include email address and phone number of 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 record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the quote. Offerors should also discuss whether they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 45 days after receipt of award (ARO). In accordance with Federal Acquisition Regulation 52.212-2 Evaluation-- Commercial Items, Offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each line item, line item total amount, and a total offered proposal price; (2) Technical documentation featuring the salient characteristics of each line item that demonstrates they understand the specifications stated in the line item (3) Past Performance history within the last three years that demonstrates the Offerors ability to provide the required commercial items and meet required Delivery schedule; (4) 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 Duns and Bradstreet (DUNS) number; (5) Contractor 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. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders--Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; 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 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001); 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 can be found at http://cpa-iraq.org. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time) 18 Dec 2004, to the following email address: wanda.cross@cpa-iq.org, Attn: Wanda Cross and reference the RFQ solicitation number in all correspondence regarding the solicitation. Questions in regards to this quotation should be directed to Wanda Cross at email wanda.cross@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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to the award of any Government Contract.
 
Place of Performance
Address: Iraq
Zip Code: 09316
Country: Iraq
 
Record
SN00716640-W 20041205/041203212016 (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.