Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2005 FBO #1142
SOLICITATION NOTICE

Z -- Emergency Response Oil Pipeline Repair - Iraq

Notice Date
1/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
324199 — All Other Petroleum and Coal Products Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, US Embassy Annex (Palace) APO, Baghdad, Iraq, AE, 09316
 
ZIP Code
09316
 
Solicitation Number
W914NS-05-Q-0025
 
Response Due
1/19/2005
 
Archive Date
2/3/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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 IS AVAILABLE VIA EMAIL FROM: JONATHAN.LONG@CPA-IQ.ORG. This solicitation, W914NS-05-Q-0025, 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 324199. The Project and Contracting Office, Baghdad, Iraq has an immediate requirement for Emergency Response Pipeline Repair Operations (ERPRO). Performance shall begin 30 days or sooner after award in the vicinity of Baghdad, IRAQ. Scope of Work The contractor shall provide both technical and field personnel to respond to pipeline breaks in the central region of Iraq (normally within 50 kilometers of Baghdad). The Emergency Response Pipeline Repair Operations (ERPRO) Contractor shall propose an organization of qualified personnel to plan and implement the field operations on a call-out basis. The ERPRO Contractor shall be responsible for planning, developing and implementing a quick response team including: supervision, manpower, construction equipment, materials, and support. Within 24 hours of notification, the ERPRO team from IRMO Oil and the ERPRO Contractor Project Manager shall assemble and move to conduct an assessment of the repair. Within 48 hours of notice of an incident, the entire ERPRO team shall assemble and move to the incident location (with grid coordinates). The ERPRO Contractor will be provided with security protection by Coalition Military security force, supplemented based off of analysis of the potential threat by Coalition Intelligence Assets. The ERPRO Contractor must plan for field procedures and emergency preparedness, provide the technical expertise, qualified supervision and operating personnel, and conduct repair operations in the field. Critical construction equipment required shown in solicitation. The type of repair may include various procedures for temporary and permanent solutions to quickly restore operations: application of welded half/full sleeves or mechanical clamps tie-in of new tested pipe cold cutting and replacing pipe other conventional or specialty methods. Critical Pipelines for Planning Consideration The following list of pipeline sizes may be available as GFE in the OPC Center located inside the at the Daura Refinery, Iraq. Bidders should plan on all pipeline system pressure service to be ANSI 600 series with pipe specification based on API 5L X-60 with no corrosion allowance. Pipe in most cases can be drawn from OPC with cooperation of the Ministry of Oil without cost. Crude Oil ? 10?, 12?, 16?, 18?, 24? Natural Gas ? 8?, 10?, 12?, 14?, 16?, 18?, 24? Products ? 8?, 10?, 12?, 14?, 16?, 22? LPG ? 6?, 8?, 12?, 14? Dry Gas ? 24? In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a ID-IQ contract, with performance 30 days or sooner 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) Information to address whether Offeror is mobilized within the Middle East or the time required to each the Area of Operation (AO) (3) Past Performance history within the last two years that demonstrates the Offerors ability to perform pipeline or similar repair in field conditions; (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: 52.212-4, Contract Terms and Conditions- Commercial Items, by reference. 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders. 52.212-1, Instructions to Offerors-Commercial Items, by reference. 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award, if used. 52.212-3, 52.216-18 ? Ordering, 52.216-19 -- Order Limitations, 52.216-22 -- Indefinite Quantity, 52.216-27 -- Single or Multiple Awards, Offeror Representations and Certifications-Commercial Items. 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 IAW FAR 52.212-1 no later than 4:30 P.M. (Baghdad Time) 19 JAN 2005, to the following email address: jonathan.long@cpa-iq.org, Attn: MAJ Jonathan D. Long and reference the RFQ solicitation number in all correspondence regarding the solicitation. Questions in regards to this quotation should be directed to MAJ Long at email jonathan.long@cpa-iq.org; faxed quotes will NOT be accepted. Email is the primary means of communication. 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: Baghdad, Iraq and surrounding areas to include Ar Ramadi, Ba Qubah, Karbala & Al Hilla,
Country: Iraq
 
Record
SN00732136-W 20050111/050109211535 (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.