Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
MODIFICATION

23 -- Mobile Field Camp Trailers

Notice Date
10/11/2005
 
Notice Type
Modification
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Joint Contracting Command-Iraq, PARC Reconstruction, US Embassy Palace APO, Baghdad, Iraq, AE, 09316
 
ZIP Code
09316
 
Solicitation Number
W91GXX-06-Q-0001
 
Response Due
10/26/2005
 
Archive Date
11/9/2005
 
Point of Contact
Doyle Miller, Contracting Specialist, Phone 703-544-6420, Fax null,
 
E-Mail Address
doyle.miller@pco-iraq.net
 
Description
PLEASE CONTACT DOYLE MILLER VIA E-MAIL FOR A COMPLETE COPY OF THE SOLICITATION. Doyle Miller, contract specialist, Email Doyle.Miller@pco-iraq.net Contracting Office Address Joint Contracting Command-Iraq/Afghanistan, DOS - JCC-I/A, APO, AE, 09316 Description W91GXX-06-Q-0001 is issued as a Request for Quotations (RFQ) to award a Firm Fixed Price Contract (FFP) to be quoted in US Dollars. The RFQ 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 336112. Description and minimum specification requirements are: HIGHLY MOBILE FIELD CAMP TRAILERS REQUEST FOR FULLY FURNISHED MOBILE TRAILER UNITS FOR SLEEPING, DINNING, KITCHING, ABLUTION, FOOD STORAGE AND (ELECTRONIC WORKSHOP AND SPARE PARTS STORAGE) CARAVANS , ABOVE CARAVANS SHOULD BE FULLY FURNISHED WITH HEATING / COOLING A/Cs, FIRST CLASS MATERIALS TO WORK IN VERY HOT CLIMATE (55ºc IN SHADE ) IN SUMMER: THE TRAILER SPECIFICATIONS PROVIDED BELOW ARE OF GENERAL SIZE REQUIRED. CONTRACTORS ARE ENCOURAGED TO SUBMIT A BID WITH AN EQUAL PRODUCT AND PROVIDED SPECIFICATIONS ON SIZE AND MATERIAL FOR EVALUALTION A- GENERAL SPECIFICATIONS: MEASUREMENTS: OUTSIDE LENGTH 7.32M INSIED LENGTH--7.20M OUTSIDE WIDTH-- 2.40M INSIDE WIDTH--2.30 M INSIDE HEIGHT--2.31M FLOOR LEVEL--82 TO 90CM CHASSIS: MADE OF COLD ROLLED STEEL PROFILES SLS 2" 100X55X4, WHICH ARE STRONGER THAN TUBULAR PROFILES. ALL SECTIONS ARE WELL WELDED ELECTRICALLY – THE CHASSIS IS TREATED AGAINST RUST AND IS PAINTED. AXLES:- INFRONT, ONE AXLE MOUNTED UNDERNEATH A REVOLVING PLATEAU. IN THE BACK TWO AXLES RUBBERIZED PLATED AXLES. EACH AXLE HAS A LOT CAPACITY OF 1700 KG, BRINGING THE TOTAL CAPACITY OF EACH CARAVAN TO 5100 KG. THE LOWEST POINT OF THE AXLE WILL BE 30CM. THE TIRES ARE TO BE SUITABLE FOR ON-ROAD & OFF-ROAD USAGE. ONE SPARE WHEEL WILL BE SUPPLIED FOR EACH CARAVAN. COUPLING: V-SHAPED TOWING BAR WITH EYE-COUPLING. THE TOWING BAR IS HINGED AND REMOVABLE. WALLS:- SANDWICH-PANELS COMPOSED AS FOLLOWS:-- OREGON THREE-PLY WOOD 20MM THICK.-- LATHS AND INSOLATION OF 25MM THICK.-- UNALIT 4.5MM THICK PROTECTED WITH A HUMIDITY DEFLECTING COAT OF TEROSON. THE MATTING IS IN PVC. GLUED TO THE FLOOR. SUPER STRUCTURE IN THE ALUMINIUM OF THE OUTSIDE WALLS AND THE WOODEN FRAME WORK. ON EACH CORNER OF THE CARAVAN COMES AN ADJUSTABLE STAND. OUTSIDE TEMPRATURE IN SUMMER IS 55° C. ROOF:-A WOODEN FRAME WORK CONSISTING OF RED NORDIC PINEWOOD 40/60 AND 40/40. ALL WOOD (FLOOR INCLUDED) IS TREATED AGAINST INSECTS. THE INNER WALLS WILL CONSIST OF A WOOD – MITATION ON TRIPLEX 5.6 MM. VINYL GLUED ON A THREE – PLY WOOD FOR SANITARY CARAVANS IN THE FRAME WORK COMES A 40MM ROCKWOOL ISOLATION WITH A COEFFICIENT OF 0.035 LAMBDA. THE OUTER WALLS ARE MADE OF PROFILED ALUMINIUM OF 1 MM THICH, PAINTED IN BROKEN-WHITE. A LAYER OF PLY-WOOD OF 3.6 MM WILL BE PLACED BETWE IN THE SPECIAL DESIGN WITH DOUBLE WALLS. DOUBL WALLS AND BETWEEN EACH A ARCS TO BE PLACED AT A DISTANCE OF 122 CM OF EACH WALL. THE ARCS ARE BUILT AS FOLLOWS: - ON EACH SIDE WATERTIGHT PLYWOOD GLUED TOGETHER UP TO A THICKNESS OF 5 CM. IN THE MIDDLE COMES RED HORDIC PINEWOOD 50/60. THE THREE PARTS ARE FIXED TOGETHER BY MEANS OF METAL PLATES ON FRONT AND BACKSIDE, PLATS WHICH ARE FIXED WITH SCREWS. THE INNER SIDE CONSISTS OF WHITE LACQUERED UNALIT 32 MM. THE ISOLATION IS ROCKWOOL 60 MM THICK. THE OUTSIDE IS MADE OF WHITE PAINTED WORM GALVANISED STEEL-PLATE OF 0.7 MM THICK. ABOVE THE OUTSIDE ROOF COMES AN EXTRA STEEL PLATE, WHITE LACQUERED FOR SUNSHINE PROTECTION. WINDOWS: ALUMINIUM LINED, WITH PERSPEX-GLASS 80X60 CM-THICKNESS GLASS 5 MM. THE WINDOWS ARE OPENING TO THE OUTSIDE ( HINGES ON TOP ) AND CAN BE FIXED IN DOFFERENT POSITIONS. THEY SHOULD BE SANDPROOF AND OF THE BEST QUALITY. ALOCKING DEVICE IS FORESEEN. A FRAMED MOSQUITO NETTING REMOVABLE AND CLOSING BY MEANS OF AMANGMENT IS FORESEEN. B- TYPE & QUANTITY OF TRAILE STAFQUANTITY OF TRAILE STAFF AND LABOUR MESS CARAVAN ( 4 ) $__________________ THIS CARAVAN WILL BE EQUIPPED WITH : - 3 TABLES ( 180X180 ) CM, FORMICA – TOPPED. 24 CHAIRS- POLYPROPLYNE SIT. 1 SERVICE CABIN BOARD, FORMICA TOPPED . 1 REFRIGERATOR OF 14 CUBIC FEET. 2 AIR CONDITIONING UNITS OF 2400 BTU , 220 VAC, 50HZ. FIRST CLASS HIGH QUALITY SUTABLE TO WORK IN VERY HIGH TEMP . IN SUMMER (55C° IN SHADE FOR TROPICAL CONDITIONS ) . 4 DOUBLE TL- LAMPS 40 WATT , 220 VAC . 3 SOCKETS AND PLUGS 20 A . 1 MAIN BOARD WITH 4 CIRCUIT BREAKERS, 25 A AND WITH 15 A SENSATIVE TO CURRENT AND TRIP SWITCH . 1 INSTANT COUPLER 63 A . NOTE:-TECHNICAL DRAWINGS TO BE SUBMITTED WITH THE OFFER. 24 VOLT CABLE WITH MALE/FEMALE CONNECTOR BETWEEN THE CARAVAN AND TRUCK ACCORDING TO DIN. 1 RESET SWITCH FOR EACH A/C. 2- SLEEPING CARAVAN FOR 6 PERSONS :- QTY 30 $______________ THIS CARAVAN WILL BE DIVIDED INTO TWO COMPARTMENTS FOR 3 PERSONS. EACH COMPARTMENT WILL HAVE AN OUTSIDE DOOR WITH HEAVY DUTY HINGES AND ONE WINDOW (60X80 CM ) AND EQUIPPED WITH : 3 BEDS OF 200X80 CM. 3 MATTRESSES – THICKNESS 10 TO 12 CM ( DUNLOP OR EQUIVALENT ). 3 CUP BOARDS WITH A SHELF AND A READ FOR HANGING CLOTHES. 9 WALL HANGERS. 1 SMALL COFFEE TABLE (50X40 CM) HEIGHT 40 CM. 1 WALL MIRROR WITH SMALL SHELF. 1 SINGLE TL-LAMP. 2 SOCKETS AND PLUGS 20 A. 3 READING LAMP. 1 AIRCONDITIONING UNITS 18000 BTU 220 VAC, 50 HZ. FIRST CLASS HIGH QUALITY WITH RESET SWITCH FOR EACH A/C ( HEATINN AND COOLING ). 1 MAIN BOARD ( 4 CIRCUIT BREAKERS 25 A AND 4 WITH 15 A ) SENSATIVE TO CURRENT AND TRIP SWITCH. 1 INSTANT COUPLER 63 A. 24 VOLT CABLE MALE/FEMALE CONNECTING BETWEEN CARAVAN AND TRUCK ACCORDING TO DIN. NOTE:- TECHNICAL DRAWING TO BE SUBMITTED WITH ALL DIMENSIONS. 3- SLEEPING CARAVANS 4 PERSONS :- QTY ( 8 ) $________________ THIS CARAVAN WILL BE DIVIDED INTO 3 COMPARTMENTS FOR 2 PERSONS.EACH COMPARTMENT WILL HAVE AN OUTSIDE DOOR WITH HEAVY DUTY HINGS AND 1 WINDOW (60x80)CM AND EQUIPPED WITH: 2 BEDS OF 200 x 80 CM. 2 MATTRESSES – THICKNESS 10 TO 12 CM (DUNLOP OR EQUIVALENT) 2 CUP BOARDS WITH A SHELF AND A READ FOR HANGING CLOTHES. 6 WALL HANGERS. 1 SMALL COFFEE TABLE (50X40 CM) HEIGHT 40 CM. 1 WALL MIRROR WITH SMALL SHELF. 1 SINGLE TL-LAMP. 2 SOCKETS AND PLUGS 20 A. 2 READING LAMP. 1 AIRCONDITIONING UNITS 12000 BTU 220 VAC, 50 HZ. FIRST CLASS HIGH QUALITY WITH RESET SWITCH FOR EACH A/C ( HEATINN AND COOLING ). 1 MAIN BOARD ( 4 CIRCUIT BREAKERS 25 A AND 4 WITH 15 A ) SENSATIVE TO CURRENT AND TRIP SWITCH. 1 INSTANT COUPLER 63 A. 24 VOLT CABLE MALE/FEMALE CONNECTING BETWEEN CARAVAN AND TRUCK ACCORDING TO DIN. NOTE:- TECHNICAL DRAWING TO BE SUBMITTED WITH ALL DIMENSIONS. 4- FOOD STORAGE CARAVANS QTY ( 2 ) $________________ THIS CARAVAN TO BE EQUIPPED WITH :- 3 TABLES 120x60 CM. 4 RACKS WITH 4 SHELVES OF 240x60 CM. 2 AIRCONDITIONNING UNITS OF 2400 BTU 220 VAC, 50 HZ. FIRST CLASS QUALITY SUITABLE TO WORK IN VERY HIGH TEMP. IN SUMMER (55º C IN SHADE FOR TROPICAL CONDITION). 3 DANE –TYPE CEILING LAMPS. 3 SOCKETS AND PLUGS 20 AMP. 1 MAIN BOARD WITH 4 CIRCUIT BREAKERS 25A AND 4 WITH 20A, SENSATIVE TO CURRENT AND TRIP SWITCH. 1 INSTANT COUPLER 63A. RESET SWITCH FOR EACH A/C. 24V CABLE WITH MALE/FEMALE CONNECTOR BETWEEN CARAVAN AND TRUCK ACCORDING TO DIN. NOTE:- TECHNICAL DRAWING TO BE SUBMITTED WITH ALL DIMENSIONS. 5- ELECTRONIC WORK SHOP CARAVAN QTY. ( 1 ) $_______________ THIS CARAVAN CONSISTS OF 3 COMPARTMENTS EACH WILL BE EQUIPPED WITH :- ROOM NO. 1 : 1 WORK BENCH WITH SHELVES UNDERNEATH AND EYE-LEVEL CUP BOARDS OVER, 4 POWER SOCKETS 220 VAC + 2 SOCKETS FOR 12 VDC AND PLUGS. 2 WINDOWS. 1 DOOR. 1 AIRCONDITIONING UNIT OF 12000 BTU 220 VAC, 50 HZ WITH RESET SWITCH. ROOM NO. 2 : CUP BOARDS 45 CM-SHELF SPRING. 1 WINDOW. 1 SLIDE DOOR BETWEEN ROOMNO.2 AND 3. 1 AIRCONDITIONING UNIT OF 12000 BTU 220 VAC, 50 HZ WITH RESET SWITCH. ROOM NO. 3 : 1 WORK BENCH WITH SHELVES UNDERNEATH AND EYE-LEVEL CUP BOARDS OVER. 2 WINDOWS. 1 DOOR. 1 CUP BOARD 60 CM SHELF SPRING. 1 AIRCONDITIONING UNIT OF 12000 BTU 220 VAC, 50 HZ WITH RESET SWITCH. 4 POWER SOCKETS 220 VAC + TWO 12 VDC SOCKETS AND PLUGS. 3 OUTSIDE STEPS. 24V CABLE WITH MALE/FEMALE CONNECTOR BETWEEN CARAVAN AND TRUCK ACCORDING TO DIN. NOTE:- TECHNICAL DRAWING TO BE SUBMITTED WITH ALL DIMENSIONS. 6- ABLUTION CARAVAN :- QTY. ( 3 ) $_______________ THIS CARAVAN TO BE EQUIPPED WITH :- 8 SHOWER CABINS WITH MIXING TAPS HOT/COLD WATER WITH 2 GLIDING CURTAINS. SHOWER BASIN FROM SATINLESS STEEL, RUST PROOF (MOISTURE PROOF) WITH WHITE COATING . 2 DRAINAGE HOLES – FILTER TYPE. 24 WALL MOUNTED HANGERS. 2 STAINLESS STEEL WASHING BASINS 200 x 40 x 20 CM WITH THREE HOLES PER BASIN, DIRECT DRAINAGE WITH 4 MIXING TAPS FOR HOT/COLD WATER AND COMPLETE WITH MIRRORS. 1 AUTOMATIC WATER HEATER – CAPACITY 360 LTR. 220 VAC , 50 HZ. 1 EXHAUST FAN 16 x 16 INCH, INDUSTRIAL TYPE. 2 COMPLETE LAUNDERY TUBS WITH HOT/COLD WATER TAPS. 1 ELECTRICAL WASHING MACHINE – SEMI AUTOMATIC. 1 WATER TANK 1000 LTR. , UNDERNEATH THE CARAVAN FLOOR ( TANK IN POLYSTER). 1 HYDROPHORE PUMP. 1 ELECTRICAL HEATER 2 KW WITH 2 HANGERS. 1 ALUMINIUM CUPBOARD FOR STORAGE OF SOAP A.S.O. 5 CEILING LAMPS ( DAME-TYPE). 5 SOCKETS AND PLUGS 20 AMPS. 1 MAIN BOARD 3 PHASES, EACH PHASE HAVING 4 LINES 25A CIRCUIT BREAKER, WELL PROTECTED FROM MOISTUE (WATER PROOF). 1 INSTANT COUPLER 63A. 24V CABLE WITH MALE/FEMALE CONNECTOR BETWEEN CARAVAN AND TRUCK ACCORDING TO DIN. NOTE:- TECHNICAL DRAWING TO BE SUBMITTED WITH ALL DIMENSIONS. 7- KITCHING CARAVAN :- QTY. ( 2 ) $________________ THIS CARAVAN TO BE EQUIPPED WITH :- 1 DISH -TABLE WITH WASTE BIN WITH STRING FORMICA TOP. 1 STAINLESS STEEL SINK 130 x 60 CM WITH 2 MIXING TAPS AND DRAIN. 1 STAINLESS STEEL SINK 100 x 60 CM WITH 1 MIXING TAPS .BOTH THESE SINKS ARE PLACED ON A WOODEN CABIN. 1 ALUMINIUM FLOOR LEVEL WASHING BASIN W / MIXING TAP & RUBBER HOSE. 1 AUTOMATIC WATER HEATER – CAPACITY 300 LTR. 220 VAC , 50 HZ. 1 ELECTRICAL COOKER – 6 PLATES AND OVEN WITH GRILL. 2 GAS – COOKING SETS, EACH WITH 4 BURNERS AND OVEN. 1 INDUSTRIAL EXAUST FAN OF 3 M WIDE. 1 ELECRICAL REFRIGERATOR 14 CUBIC FEET, INDUSTRIAL TYPE. 1 WORK – TABLE 240 x 50 CM ON WOODEN CABIN WITH SHELVES AND AN EXTRA SHELF ABOVE THE WORK TABLE. 1 AIRCONDITIONING UNIT 4800 FRIG WITHOUT HEATING. 1 POLYSTER WATER TANK OF 1000 LTR. 1 HYDROPHORE – GROUP + PUMP 2850 RPM – 50 HZ – 220 V FROM 5 TO 8 A – MARK CALLENS. 2 WASTE BINE ( HEAVY DUTY). 3 DOUBLE TL – LAMPS 40 WATT. 7 SOCKETS AND PLUGS 20 A. 1 INSTANT COUPLER 63A. 1 MAIN BOARD -3 PHASES, EACH PHASE HAVING 6 LINES 25A CIRCUIT BREAKER, 2 CIRCUIT BREAKERS 32A. 8- RECREATION CRAVAN :- QTY. ( 3 ) $________________ RECREATION CARAVAN TO BE FURNISHED WITH THE FOLLOWING:  WOODEN CABINETS AND SHELVES.  REFRIGERATOR 14 CUBIC FEET SIZE.  WOODEN CHAIRS OR BENCHES FOR 20 – 25 PERSONS , TABLES, ETC.  2 A/C UNITS FOR TROPICAL AREA HEATING/COOLING.  2 FIRE ERXTINGUISHERS 10 KG. EACH.  SINGLE DOOR WITH INSECT SCREEN.  3 SINGLE TL LAMPS.  ONE OUT SIDE STEP. NOTE : 1. PORTABLE FIRE EXTINGUISHER SET TO BE INSTALLED FOR EACH TRAILOR. 2. RESET SWITCH TO BE INSTALLED FOR EACH A/C. 3. HSE EQUIPMENT FOR CAMP AND HPE (PERSONAL PROTECTION EQUIPMENT) FOR THE CREW. 4. 24 VOLT CABLE MALE/FEMALE CONNECTING BETWEEN CARAVAN AND TRUCK ACCORDING TO DIN TO BE INSTALLED FOR EACH TRAILOR. 1- Delivery Requirements: The propocal shall detail a schedule how it will assure that delivery/performance will be accomplished in 90 days. PART I - THE SCHEDULE SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS PERFORMANCE PERIOD: Not-Later-Than 90 days from Date of Contract Award. PARTIAL DELVIERY - PAYMENT. Partial Deliveries are Authorized. SECTION C - DESCRIPTIONS / SPECIFICATIONS C-1: SCOPE OF WORK. 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. C-2: CONTRACT AWARD. The Government may make one or multiple awards from this solicitation so each item price must stand-alone. Bidders may submit prices for Item 1 through Item 8 C-3: WARRANTIES. Warranty Terms and Conditions FAR 46.706 applies. To facilitate the pricing and enforcement of warranties, the contractor shall ensure that warranties clearly state the -- (1) Exact nature of the item and its components and characteristics is warranted; (2) Extent of the contractor’s warranty including all of the contractor’s obligations to the Government for breach of warranty; (3) Specific remedies available to the Government; and (4) Scope and duration of the warranty. C-4: EXTENT OF CONTRACTOR OBLIGATION. Generally, the contractor’s obligations under warranties extend to all defects discovered during the warranty period, but do not include damage caused by the Government. The contractor’s obligation for correction of defects will usually be limited to defects in material and workmanship or failure to conform to specifications. C-5: GOVERNMENT REMEDIES. Normally, a warranty shall provide as a minimum that the Government may – (1) Obtain an equitable adjustment of the contract, or (2) Direct the contractor to repair or replace the defective items at the contractor’s expense. If it is not practical to direct the contractor to make the repair or replacement, or, because of the nature of the item, the repair or replacement does not afford an appropriate remedy to the Government, the warranty should provide alternate remedies, such as authorizing the Government to -- (a) Retain the defective item and reduce the contract price by an amount equitable under the circumstances; or (b) Arrange for the repair or replacement of the defective item, by the Government or by another source, at the contractor’s expense. C-6: WARRANTY DURATION. Twelve (12) calendar months following acceptance by the US Government at delivery location. C-7: WARRANTY MARKINGS. The packaging and preservation requirements of the contract shall require the contractor to stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of the warranty. The purpose of the markings or notice is to inform Government personnel who store, stock, or use the supplies that the supplies are under warranty. Markings may be brief but should include a brief statement that a warranty exists, the substance of the warranty, its duration, and who to notify if the supplies are found to be defective. For commercial items (see 46.709), the contractor’s trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. SECTION D – PACKAGING AND MARKING D-1: INDIVIDUAL PACKAGING. D-1-1: PARTIAL DELVIER/PAYMENT. CLIN item numbers may be delivered as a set or lot separately and invoiced separately for partial payment. D-2: PACKAGING STANDARD MARKING. Packaging and marking shall be in accordance with General Packaging Standards NAS 850 and 851. D-2-1: SHIPMENT IDENTIFICATION. Contractor will identify each shipping container with an inventory of CLIN numbers contained therein. Individual boxes, crates, pallets are to be labeled by applying label to the top and one side of each box. Packing Sheets, Functional Test Data Sheets, and Inspection Data are to be placed in a waterproof envelope adjacent to the top label and available for review. D-2-2: PACKING SLIP CONTENTS. Contractor shall list manuals, drawings, catalog sheets, or other required data and documentation as a separate item on all packing slips and invoices. D-2-5: PRESERVATION/PACKING LEVEL. Preservation, packaging and packing shall be in accordance with commercial practices. D-3: NOTICE OF SHIPMENT. Along with copies of the requirements in Section E, the Seller will email a duplicate copy of the shipping notice to each of the following on the date of shipment: 1. The Contracting Officer and/or the Contract Specialist/Administrator 2. Program Management Document Control Office at email: PCO_Oil_DMS@PCO-Iraq.Net D-4: ASBESTOS FREE DUNNAGE. Each package and/or container shipped to Buyer is to be free of any asbestos-containing vermiculite and/or any asbestos-containing material as dunnage. Seller hereby warrants to Buyer that the vermiculite and any other dunnage is asbestos-free D-5: SHIPPING CONTAINER USE. Contractor is notified that shipping containers may not be immediately unloaded and may be retained for 45 days following delivery to the intermediate delivery location. If retained, the container will be freight forwarded by the US Government to final destination. Shipping containers will then be returned to the intermediate delivery location for recovery and return to the contractor. SECTION E – INSPECTION AND ACCEPTANCE D-6: 252.225-7020 TRADE AGREEMENTS CERTIFICATE (JAN 2005) As prescribed in 225.1101(5), use the following provision: TRADE AGREEMENTS CERTIFICATE (JAN 2005) (End of provision) E-1: QUALITY ASSURANCE. 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. Final acceptance depends on a successful final inspection where both quality and quantity of individual CLINs are verified. The acceptance and onward delivery of equipment will be coordinated between JCCI and PCO Logistics Directorate. JCCI and the PCO will develop a Logistics Plan for the purpose of final delivery, acceptance and transfer to Ministry of Oil. Transfer to host nation will be accomplished via the DD Form 1149 REQUISITION AND INVOICE/SHIPPING DOCUMENT. E-2: CERTIFICATE OF CONFORMANCE (COC). The contractor shall submit a Certificate of Conformance for each end item, a certificate that shall read as follows: I certify that on ______ [insert date], the ____ [insert Contractor’s name] furnished the supplies or services called for by Contract No._____ via ____ [Carrier] on ________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this or on the attached acceptance document. Date of Execution: ____Signature: _________ Title: _____________ E-3: MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2003) FAR Clause 252.246-7000. At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a material inspection and receiving report DD 250 in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement and/or you may go to the following web-site (http://www.dod.mil/dfas/commpay/contractorpayment/appendix1.htm. Contractor MUST have a U.S. Government Representative sign for delivery. A DD 250 must be submitted with invoice for payment. No payment will be made without a correct DD 250. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-OCT-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/CPAIRAQ/APOAE/W91GXX-06-Q-0001/listing.html)
 
Record
SN00914268-F 20051013/051011212536 (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.