Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

61 -- Transformers

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Joint Contracting Command-Iraq/Afghanistan, DOS - JCC-I/A, AE, AE, 09316
 
ZIP Code
09316
 
Solicitation Number
W914NS-05-R-2092
 
Response Due
10/5/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W914NS-05-R-2092 is issued as a Request for Proposal (RFP) to award a Firm Fixed Price Contract (FFP) to be quoted in US Dollars. The RFP document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 and DFARS Change Notice 20020531. The associated NAICS code is 335311. The Project and Contracting Office (PCO), Baghdad, Iraq has a requirement for 11kV/400 volt - 580ea 250kVA, 315ea - 400kVA, and 26ea 630kVA Power Distribution Transformers to be delivered as per the delivery schedule in section 2. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: LINE ITEM DESCRIPTION UNIT OF ISSUE QUANTITY PRICE 0001 250 kVA Transformer, 11/0.4 kV per Ministry of Electricity Specification D-26, dated 2001. EA 830 0002 400 kVA Transformer, 11/0.4 kV per Ministry of Electricity Specification D-26, dated 2001. EA 315 0003 630kVA Transformer, 11/0.4 kV per Ministry of Electricity Specification D-26, dated 2001. EA 26 0004 Shipping, Insurance, & Freight to FOB Abu Ghraib Warehouse, Baghdad LOT 1 Total Cost Including Shipping, Insurance & Freight in US DOLLARS. TOTAL 1- Delivery Requirements: The following minimum delivery schedule must be upheld. All delivery dates refer to arrival at the Abu Ghraib Warehouse. Earlier delivery of all items is encouraged and will be viewed favorable during selection. Delivery Date Quantities Required 60 days after award 200ea 250kVA transformer 90 days after award 200ea 250kVA transformer 120 days after award 300ea 250kVA transformer 150 days after award 130ea 250kVA, 315ea 400kva transformer & 26ea 630kVA transformer -------- 2- Technical Specifications ? See attached File 'Transformer Specs - 05-R-2092' -------- 3- Instructions to Offerors: In order to be considered for selection, the offeror must submit the following in their proposal: 1. Manufacturer technical specifications of the material being offered 2. Country of origin of the material being offered. 3. Delivery schedule 4. Logistics & Security plan for delivery a. How will your company get the materials from the factory to Baghdad? b. What measures will be taken to protect the shipment from theft? 5. Letter from factory confirming their intention to meet the proposed delivery schedule (only applicable to wholesalers and distributors). 6. Examples of recent relevant past performance 7. Format requirements: a. Three electronic files (commercial offer must be a separate file) i. Commercial offer (price schedule) ii. Technical specifications iii. Execution plan (can include introductory letter, logistics plan, letter from factory, past performance, and other pertinent data) 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 2000) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 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?s Registration (NOV 2001); DFAR 252.225-7021, Trade Agreements; DFARS 212.212-7000 Offeror Reps / Certs; DFARS 252.225-7020 Trade Agreements Certificate; De-Ba?athification of Iraqi Society, Coalition Provision 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 htt;://cpa-iraq.org. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors shall submit with their quotation: (1) Price proposal which shows the proposed unit price for each item and total price for each item and the total price for all items; (2) supporting information for proposed items that demonstrates they understand the specifications stated in the SOW; (3) 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?s Dun and Bradstreet (DUNS) number; (5) Contractor?s 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. EVALUATION?COMMERCIAL ITEMS (JAN 1999) (a) 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: technical, price, delivery, and past performance. Technical: The selection of a contractor for award will be based on the quality and specification strength in the area of the offeror?s technical proposal (offeror shall include detailed product description as specified above that highlights specifications and qualifications). Price: Price will be evaluated for realism. Delivery: Offerors shall discuss whether they will be able to comply with the delivery requirements; proposed delivery schedules will be evaluated on a pass/fail basis. Past Performance: Offerors should provide references for a minimum of three of the offeror?s customers (contracts and/or subcontracts) for items of similar scope. Projects cited and past performance references shall be recent (within the last 3 years of the date of the quote). The references shall 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 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. The selection of a contractor for award will be based on the quality and specification strength in the area of the offeror?s technical proposal (offeror shall include detailed product description as specified above that highlights specifications and qualifications). The technical quote will be more significant than the price quote. Delivery schedules will not receive any scoring but will be evaluated on a pass/fail basis. Price and past performance are of equal importance. Offerors are cautioned that unsupported promises to comply with the RFP requirements will not be sufficient. Proposals must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. (b) Options: Not applicable (c) 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) In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price contract, with desired staggered delivery commencing 60days after receipt of order. The vendor must state actual delivery time in the offer. All interested, responsible firms should submit quotes (original plus one redacted copy of quote and applicable documentation in accordance with FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time), 5 October, 2005, to the following email address: walter.walter@pco-iraq.net. Questions in regards to this quotation shall be directed in writing to Mr. Walter at email walter.walter@pco-iraq.net. Faxed quotes will NOT be accepted. Verbal questions will not be accepted and only emailed or written questions will be answered. 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?s Registration database (www.ccr.gov) prior to the award of any Government Contract.
 
Place of Performance
Address: Abu Ghraib Warehouse
Country: Iraq
 
Record
SN00896659-W 20050917/050915213004 (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.