Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

17 -- NAVAIDS for Basra Airport in Iraq

Notice Date
11/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-0009
 
Response Due
11/30/2004
 
Point of Contact
Charles Clements, Support Contractor, Phone 703-343-9218, Fax 703-343-9227,
 
E-Mail Address
charles.clements@cpa-iq.org
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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-0009, 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 2001-25, Effective 04 Nov 2004 and DFARS Change Notice DCN 20041101. The associated NAICS code is 811219. The Project and Contracting Office (PCO), Baghdad, Iraq, desires to acquire NAVAIDS (Aerial Navigation Electronic Equipment) for the Basra International Airport at Basra, Iraq.. It is the intent of the Government to award one firm fixed price contract (FFP). The FFP contract will be for an estimated period of performance of six months from the date of award. The Line Items listed in the attachment provides the names of the items, the description of these items as well as the minimum quantities of the Government requirement over the period of performance. PROJECT SUMMARY All the following equipment to be provided at Basra Airport is to meet the requirements for an ICAO Category 2 Certification at the airport. The work covered by this Contract consists of supplying, shipping, designing the construction requirements, construction, installation, check-out, commissioning, flight testing and training for the NAVAIDs equipment and furnishing all labor, equipment, materials, shipping and transportation of other required equipment, security, housing, travel, testing, inspection and permits required to perform the evaluation, design, and subsequent construction and demolition, repair, inspection and supervision necessary to complete the work herein. This task also includes 12-months of operations and maintenance support from the time of commissioning.” This airport is part of a National System of Airports and Airspace. The equipment needs to be standardized across the system for logistical, training, spare parts requirements and to enable it to be able to transmit data back to the ACC at Baghdad International Airport. Installation of the NAVAIDs requires that these systems be compatible in performance and data protocol with the systems in place at Baghdad. To assist the contractor in identifying the acceptable equipment, the following identifies systems that the Contractor is requested to supply under the terms of this contract. The QA/QC for the installation of the Terminal Radar, ATC Automation System, ILS and the DVOR/DME will require that the Contractor provide a manufacturer’s representative on-site during the system installation, commissioning and flight testing. The Contractor will be required to turn over the NAVAIDs with a full and complete Manufacturer’s Warranty in effect. An FAA representative will periodically visit the site and the installation will require FAA approval (see QA/QC Section). The Government minimum equipment requirements include the following equipment to be provided DDU at Basra Airport to meet the requirements for an ICAO Category II Certification at the airport: CLIN 0001 - One (1) Terminal Approach Radar: Raytheon ASR-11, or equal. CLIN 0002 - One (1) Air Traffic Control Automation: Raytheon STARS-LITE, or equal. CLIN 0003 - One (1) D-VOR/DME: Alenia Marconi Systems AMS-1150, or equal. CLIN 0004 - One (1) Instrument Landing System: Alenia Marconi Systems AMS-2100, or equal. The ILS system includes the Glideslope: Alenia Marconi Systems AMS-2110, or equal, and DME for ILS: Alenia Marconi Systems AMS-1118, or equal. One (1) ILS Test Equipment Systems: Alenia Marconi Systems AMS-2137, or equal CLIN 0005 - One (1) Digital Very High Frequency Omni-directional Range with Distance Measuring Equipment (D-VOR/DME) Alenia Marconi Systems AMS-1150, or equal. CLIN 0006 - One (1) Control and Monitor System for DVOR and ILS: Alenia Marconi Systems AMS-2138, or equal. CLIN 0007 - Ground-to-air radio Communications Systems. Radios are 6 VHF, 1 UHF and 2 Emergency Radios. Ground to Air radio systems including limited Approach Control support, equipment to support local control, ground control and clearance at all airports. Installed radios for international aeronautical emergency (121.500 MHz and 243.0 MHz) communications, UHF for voice AMS with military aircraft, and Approach Control (APP) to be linked to a consolidated Terminal Approach Control (TRACON) located at Baghdad International Airport. CLIN 0008 - One (1) Automated Weather Observation System (AWOS). CLIN 0009 - One (1) Automated Terminal Information Service (ATIS). CLIN 0010 - Integration of all NAVAIDs, radios and other ATC and airfield systems (existing, repaired, or newly installed) to support full capacity airfield operations at Basra. CLIN 0011 - The Contractor is to supply all necessary structures, foundations, signal cabling, signal controllers, enclosures, and electrical/mechanical equipment to supply a fully functioning NAVAID System. All electrical/mechanical equipment, steel structures, generators, computer controls, wiring, spare parts, and electrical components, controls and systems must be new and unused and be from reputable sources. CLIN 0012 – Operations and Maintenance Support from time of commissioning. CLIN 0013 – Operations and Maintenance Training from time of commissioning. The contractor will provide both classroom and on-the-job training. The Classroom training is to consist of a minimum of two weeks of training at 48 hours per week. Classroom training shall provide books and manuals for the number of students to be trained at no (additional) cost. CLIN 0014 - Associated consoles, cabinets, display controls, panels, interfaces, and/or switches in the Air Traffic Control tower and/or Approach Control facility. CLIN 0015 - Frequency/spectrum analyses including site selection, interference analysis, analysis of obstructions, signal propagation, frequency modeling, etc. CLIN 0016 - Aeronautical Fixed Services (i.e. communications and data sharing between Area Control Centers and other required entities) including ATC direct speech and Aeronautical Fixed Telecommunications Network. CLIN 0017 – Spare parts for all the systems for one year Provide a proposal with a construction cost estimate for the Basra Airport in accordance with the Statement of work that is attachment 1 The proposal shall include pricing for a complete system at Basra Airport. The cost proposal shall be in individual line item format. Costs for all options should be included. The proposal shall include a complete schedule outlining each activity required for a complete system installation. At a minimum this shall include: • Equipment Procurement Activities & Shipping/Receiving Activities • Equipment Installation Activities • Equipment Check-out/Commissioning Activities • Equipment Flight Test Activities Specific tasks for each facility in this Contract include: • On-site evaluations of the existing equipment, or infrastructure; preparation of condition evaluation reports and construction cost estimates • Preliminary design sketches, including site, civil, architectural, mechanical and electrical work, for purposes of evaluating rehabilitation scope and costs • Schematic Design Documents (30% Design) – Sufficient design should be complete enough at this point to begin construction. • Design Development Documents (60% Design) • Construction documents including drawings and specifications (90% Design) Activities shall be coordinated and staged so as to minimize inconvenience to ongoing airport and aircraft operations. SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS SECTION L is Attachment 2 SECTION M – EVALUATION FACTORS FOR AWARD 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) This acquisition will utilize the Technically Acceptable-Performance/Price Tradeoff (TA-PPT) source selection procedure to make an integrated assessment for a best value award decision. The NAVAIDS need to be compatible in performance and data protocol with CLIN 0001 through 0007. A decision on the technical acceptability of each offeror’s proposal will be made. Meeting the schedule requirements is one of main the determining factors for contact award. For those offerors who are determined to be technically acceptable, tradeoffs will be made between past performance and price. While the Government will strive for maximum objectivity, the tradeoff process, by its nature, is subjective; therefore, professional judgment is implicit throughout the selection process. Award will be made to the responsible offeror whose proposal conforms to all solicitation requirements, such as schedule, place of delivery, terms and conditions, representations and certifications, and technical requirements, in addition to those included in paragraph (b)(1) below. (b) The TA-PPT evaluation process will be accomplished as follows: (1) Technical. Each offeror’s technical proposal will be evaluated to determine if the offeror provides a sound, compliant approach to meeting the government’s minimum requirements as described in the Schedule of Supplies. Offeror’s proposals meeting the government’s minimum requirements will determined to be technically “acceptable”. The equipment needs to be standardized across the system for logistical, training, spare parts requirements and to enable it to be able to transmit data back to the ACC in Baghdad. Installation of the NAVAIDs requires that these systems be compatible in performance and data protocol to the systems at Baghdad. (2) Performance. For technically acceptable proposals, the past performance assessment will assess the confidence in the offeror’s ability (which includes, if applicable, the extent of its critical subcontractors’ or teaming partners’ involvement) to successfully accomplish the proposed effort based on the offeror’s demonstrated present and past work record. The Government will evaluate the offeror’s demonstrated record of contract compliance in supplying products and services that meet users’ needs including cost and schedule. The currency and relevancy of the information, the source of the information, context of the data and general trends in the contractor’s performance will be considered. The Government will perform an independent determination of relevancy of the data provided or obtained. A relevancy determination of the offeror’s present/past performance (which includes, if applicable, the extent of its critical subcontractors’ or teaming partners’ involvement) will be made. The Government is not bound by the offeror’s opinion of relevancy. The Government may consider an offeror’s contracts in the aggregate in determining relevancy, should the offeror’s present and past performance lend itself to this approach. For example, an offeror’s work experience on three contracts may, by definition, represent only a semi-relevant effort when each contract is considered as a stand-alone effort. However, when these contracts are performed concurrently (in part or in whole) and are assessed in the aggregate, the work may more accurately reflect a very relevant effort. The following relevancy criteria apply: • VERY RELEVANT: Present/past performance programs involved the magnitude of effort and complexities which are essentially what this solicitation requires. • RELEVANT: Present/past performance programs involved less magnitude of effort and complexities, including most of what this solicitation requires. • SEMI-RELEVANT: Present/past performance programs involved much less magnitude of effort and complexities, including some of what this solicitation requires. • NOT RELEVANT: Did not involve any significant aspects of above. In assessing present and past performance, the Government will employ several approaches, including, but not limited to: (i). Information utilized may be obtained from the references listed in the proposal, as well as from other sources known to the Government. Data from previous source selections may be used if the data is recent and relevant. Evaluation of present and past performance will include consideration of overall customer satisfaction and conclusions of informed judgment. (ii). Offerors will be given an opportunity to address adverse past performance information if the offeror has not had a previous opportunity to respond to the information. Recent contracts will be examined to ensure that corrective measures have been implemented. The confidence assessment will consider issues including, but not limited to, the number and severity of the problems, the appropriateness and/or effectiveness of any corrective actions taken (not just planned or promised), and the offeror’s overall work record. Prompt corrective action in isolated instances may not outweigh overall negative trends. (iii). Past performance information will also be considered regarding any critical subcontractors and key personnel. If an offeror, or the proposed key employees of the offeror, do not have a past performance history deemed relevant to this solicitation, the offeror will receive a neutral confidence rating. The neutral confidence rating will be considered in the overall assessment for a best value decision. (iv) An overall confidence assessment rating will be made. The following confidence assessment ratings apply: Rating Definition Blue Based on the offerors record of performance there is exceptional/high confidence that they will perform successfully on this contract. Green Based on the offerors record of performance there is very good/significant confidence that they will perform successfully on this contract. Yellow Based on the offeror’s record of performance there is satisfactory/confidence that they will perform successfully on this contract. Grey Based on the offeror’s record of performance there is neutral/unknown confidence that they will perform successfully on this contract. Black Based on the offeror’s record of performance there is marginal/little confidence that they will perform successfully on this contract. Red Based on the offerors record of performance there is unsatisfactory/no confidence that they will perform successfully on this contract. (3) Price. (a) IAW FAR Part 15.305 (a)(1) Cost or Price Evaluation, this competitive procurement will establish the basis for price reasonableness. (b) Total evaluated price, for award purposes, will be based upon the total price proposed (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items with its offer. The provision is attached. The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders—Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The quote / proposal is due at 1700 hours, local Baghdad time, on 30 November 2004. The PCO Contracting Activity point-of-contact is LCDR Keith Taylor, 703-343-9217, keith.taylor@cpa-iq.org. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq, APO AE 09316. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-FEB-2005, 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-05-Q-0009/listing.html)
 
Place of Performance
Address: Basra Airport, Iraq
Country: IRAQ
 
Record
SN00754025-F 20050219/050217213953 (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.