Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
MODIFICATION

38 -- OIL PIPELINE REPAIR ITEMS BALL VALVE, FLANGES, STUD BOLTS

Notice Date
3/8/2005
 
Notice Type
Modification
 
NAICS
211111 — Crude Petroleum and Natural Gas Extraction
 
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-0036
 
Response Due
3/11/2005
 
Archive Date
3/26/2005
 
Point of Contact
Nicole Rahmer, Contracting Officer, Phone 703-343-9203, - Alberta Stadtler, Procurement Analyst, Phone 703-343-9203,
 
E-Mail Address
nicole.rahmer@cpa-iq.org, alberta.stadtler@cpa-iq.org
 
Description
Please note the change in primary POC and new email address. Jonathan.Long@PIJV.COM OVERVIEW. This is a firm fixed price contract with payment terms of net 30 payable via EFT from the US Treasury is standard. Contractor shall return their offer via email before 1630 hrs, local Iraq, 11 MAR 05. This procurement is part of Iraq Reconstruction efforts and items will be used by the Iraq Northern Oil Company (NOC). The contractor shall provide the oil pipeline repair items (ball valve, flanges, stud bolts) listed in the attached Section J (Excel spreadsheet) that apply to pipe for hydrocarbons, water, oil, steam, gases and refrigerants. While items will be priced as a lot 1 through 5, the contractor shall ensure provision of all sub item quantities identified in Section J attachment. The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers? parts. Delivery start requested 90 days from contract award. We understand that some items will require longer lead times and request contractor to submit best estimate for delivery capability. You may submit written questions to jonathan.long@CPA-IQ.ORG through 23 FEB 05. Thereafter submit all questions and your completed bid directly to CPT Nicole Rahmer at nicole.rahmer@CPA-IQ.ORG. CONTRACT AWARD. The Government may make one or multiple awards from this solicitation so each item Lot price must stand-alone. Bidders may submit prices for Item 1 through Item 5. Items may have one or more associated sub-component items. Only Item numbers such as 1 through item 5 will be awarded and should be priced as a LOT, as indicted for contract award. Sub-item pricing for items such as 1-1, 1-2, 1-3, continued through Item 267-1 is required to evaluate technical proposal. These items must be shown, marked and packaged as indicated in the attachment. Item 6 Shipping and Transportation must be completed. A detailed explanation of the transportation plan and proposal must be included. Bids must be submitted in US Dollars. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICALCAPABILITY OF ITEM OFFERED TO MEET GOVERNMENT REQUIREMENT DEMONSTRATION OF PAST PERFORMANCE PRICE COMPLIANCE WITH DELIVERY TERMS In accordance with FAR 15.304, the relative importance of Technical and past performance, when combined, are equal to price. 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. INDIVIDUAL CONTAINERS. Parts are to be packaged in individual containers bearing the Contract number and, if any, the applicable CLIN number. Multiple CLINS should be loaded into the shipping container to minimize transpiration cost and maximize effective packing techniques. All CLINs specified in this contract must be identified by an easily removable adhesive label on each item bearing the CLIN number, part catalog number, contract number and destination as either Northern Oil Company (NOC) or Southern Oil Company (SOC). DELIVERY. Transportation and delivery requirements of supplies, materials and equipment from country of origin to delivery destination in the vicinity of Umm Qasr Iraq shall be included in the contractor?s cost. PCO Logistics Warehouse, Umm Qasr, Iraq, grid 38R QU 823285. INSPECTION AND ACCEPTANCE This acquisition is conducted under FAR part 12 Commercial Items. The Government shall rely on contractors? existing quality assurance systems as a substitute for Government inspection and testing at origin for acceptance. Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. CLINS INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY ALL Origin Contractor Destination Government All relevant inspection and testing requirements are within the Contractor?s scope and will be verified by the Defense Contract Management Agency (DCMA) upon receipt at destination. DCMA has the right to inspect Equipment and Spare Parts, and witness test all Equipment, in Vendors? and Sub-Vendors? works if requested. Commercial standards apply. FAR part 12 regulations apply. CERTIFICATE OF CONFORMANCE (COC). The contractor shall submit a Certificate of Conformance for each end item. METHOD OF PAYMENT. Treasury regulations require that all payments be made using electronic funds transfer. In order to accomplish this, the contractor shall provide to the Contracting officer within seven (7) days after the award, the information required in Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, which is included in Contract Clauses. However, if the Contractor is already paid electronically, there is no requirement to resubmit this information unless the information has changed. PAYMENT DUE DATE. Payments made under this contract will be due no later than 30 calendar days after the date of actual receipt by the contracting officer of a properly certified invoice, or final acceptance of the good and services, whichever is in accordance with the Prompt Payment Act. However, JCCI understands the necessity of prompt payment to a small business, and will make every attempt possible to pay the Contractor?s invoices within 15 days of receipt of an approved invoice.
 
Place of Performance
Address: PCO Logistics Warehouse, Umm Qasr, Iraq, (grid 38R QU 823285)
Country: Iraq
 
Record
SN00764746-W 20050310/050308212422 (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.