Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
MODIFICATION

Z -- Fallujah Iraqi Rail Road Depot and Housing Refurbishing

Notice Date
10/25/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
W914NS-05-Q-0049
 
Response Due
11/7/2005
 
Archive Date
11/22/2005
 
Point of Contact
Robert Race, Contracting Officer, Phone 703-544-1493, Fax null, - Robert Race, Contracting Officer, Phone 703-544-1493, Fax null,
 
E-Mail Address
robert.race@pco-iraq.net, robert.race@pco-iraq.net
 
Description
Solicitation Number:W914NS-05-Q-0049 Posted Date: 6 October 2005 Classification Code: 236 Building, Developing, and General Contracting, NAICS Code: 236220 Commercial & Institutational Building Construction Joint Contracting Command – Iraq/Afghanistan, JCC-I/A, Republican Presidential Palace, APO AE 09316 Description: THIS IS A SOLICITATION FOR A DESIGN-BUILD CONSTRUCTION SERVICE IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 36.0, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED This solicitation, W914NS-05-Q-0049 is issued as a Request for Proposal (RFP). 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 2005-05 effective 30 September 05 & Class Deviation 2005-o0001 and DFARS Change Notice 20050930 Edition. NAICS Code: 23332 Commercial & Institutational Building Construction Joint Contracting Command – Iraq/Afghanistan requires a design-build construction company that can design, supply, demolish, refurbish, build, install plumbing / electrical / mechanical; that can provide labor, equipment, materials, shipping, transportation, and provide: security, life support, travel, testing, inspection, permits, and supervision of a refurbishing of the Fallujah Train Stations and Housing. Description and minimum specification requirements are found at the following website: www.rebuilding-iraq.net www.eps.gov The Government intends to award one contract. The Government intends that this take the form of a Firm Fixed Price contract. The period of performance is for 180 days and performance shall start within 20 days from Notice To Proceed. Offers must be submitted via paperless electronic media, 2 copies, one with company identification and one copy without company identification (redacted - clean copy). Offerors must submit their electronic offer, and any supplemental information, to robert.race@pco-iraq.net no later than the date and time specified in this combined synopsis / solicitation. The subject line must contain the solicitation number. You may use multiple e-mail messages for your offer; however, you must annotate the subject lines as described above for each message, and number, (e. g. ,1 of 3, 2 of 3, 3 of 3) as appropriate. Do not use zipped files. Acquire a CAGE Code if you don’t have one already. All quotes must be in English. 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2004) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 2382. However, this is not a small business set aside. (b) Submission of offers. Submit offers to the office specified in this solicitation at or before the exact time specified in this solicitation. 52.236-28 -- Preparation of Proposals – Construction. As prescribed in 36.520, insert the following provision: Preparation of Proposals -- Construction (Oct 1997) (a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form. (b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including -- (1) Lump sum price; (2) Alternate prices; (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision. (c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted. (d) Alternate proposals will not be considered unless this solicitation authorizes their submission. The offerors may propose as many types of labor categories and corresponding labor rates as they deem necessary and also proposal one or more OTHER DIRECT COST (ODC) contract line item(s). The ODC line item(s) shall include the remaining costs not covered in the labor category contract line items. Offerors based on a GSA Schedule are authorized. The nominal employee will work for 60 hours per week with the capability to surge by an additional 24 hours per week. (End of Provision) Offers shall be submitted on the SF 1442, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, e-mail address, postal address, and telephone number of the offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Offeror’s proposal (including delivery terms) shall be no longer than 200 pages of text. Spreadsheets are not counted against the 200 pages of text. The type characters no smaller that 10 pitch. Only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. (5) Terms of any express warranty, if any; (6) Price and any discount terms. Offeror’s price proposal shall be no longer than ten pages of text or tables. The type characters no smaller that 10 pitch. Only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. All quoted prices must be in US Dollars. Advanced payments, installment payments, milestone payments, and / or letters of credit will not be considered. Payment terms are in FAR provision 52.212-4 and may be invoiced monthly, full back-up data shall be required. The Contracting Officer reserves the right to consider requests for advanced payments, installment payments, milestone payments or letters of credit as non-responsive. (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) If the offer is not submitted on the SF 1442, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. None are required (e) Multiple offers. Offerors are permitted to submit only ONE offer to this requirement. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 5:00 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government shall make only one award. (i) Standards. Non-government standards must be obtained from the organization responsible for their preparation, publication or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database). The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. (k) Central Contractor Registration. Prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. The following clauses and provision apply to this acquisition: 52.233-2 Service of Protest (Aug. 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) (a) General: (1) Performance of this contract may require deployment of Contractor Personnel in support of military operations. The Contractor acknowledges that such operations are inherently dangerous and accepts the risks associated with contract performance in this environment. (2) For purposes of this clause, the term “Contractor Personnel” refers to the Contractor’s officers and employees. Unless otherwise specified (e.g., subparagraph (b) of this clause), this term does not include personnel who permanently reside in the country where contract performance will take place. (3) The Contractor shall ensure that Contractor Personnel working in an area of operations (AO, as defined in the Joint Publication 1-02, DOD Dictionary of Military and Associated Terms) are familiar and comply with applicable: (i) Military Service and Department of Defense regulations, directives, instructions, general orders, policies, and procedures, in particular Army Regulation 715-9 and Field Manual 3-100.21; (ii) U.S., host country, local, and international laws and regulations; and (iii) treaties and international agreements (e.g., Status of Forces Agreements, Host Nation Support Agreements, and Defense Technical Agreements) relating to safety, health, force protection, and operations under this contract. (4) The Contractor shall ensure that this clause is included in all subcontracts. (b) Compliance with Combatant Command Orders. The Contractor shall ensure that Contractor Personnel, regardless of residency status, working in the AO comply with all orders, directives, and instructions of the combatant command relating to non-interference in military operations, force protection, health, and safety. The Combatant Commander or his subordinate commanders, in conjunction with the Contracting Officer or the Contracting Officer’s Representative, may direct the Contractor, at the Contractor’s own expense, to replace and, where applicable, repatriate any Contractor personnel who fail to comply with this provision. Such action may be taken at the Government’s discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause. (c) Contractor Personnel Administration. (1) In order to maintain accountability of all deployed personnel in the AO, the Contractor shall follow instructions issued by the Army Materiel Command’s Logistics Support Element (AMC LSE) or other Contracting Officer’s designated representative to provide, and keep current, requested data on Contractor Personnel for entry into military personnel database systems. (2) The Contractor shall coordinate with the AMC LSE or other Contracting Officer’s designated representative for logistics support, as follows: (i) upon initial entry into the AO; (ii) upon initiation of contract performance; (iii) upon relocation of contract operations within the AO; and (iv) upon exiting the AO. (3) Before deployment, the Contractor shall ensure that: (i) All Contractor Personnel complete two DD Forms 93, Record of Emergency Data Card. One copy of the completed form shall be returned to the Government official specified by the Contracting Officer’s designated representative; the other shall be hand-carried by the individual employee to the AO. (ii) All required security and background checks are completed. (iii) All medical screening and requirements are met. (4) The Contractor shall ensure that Contractor Personnel have completed all pre-deployment requirements specified by the Contracting Officer’s designated representative (including processing through the designated Continental United States (CONUS) Replacement Center unless another deployment processing method is specifically authorized), and the Contractor shall notify the Contracting Officer’s designated representative that these actions have been accomplished. (5) The Contractor shall have a plan for timely replacement of employees who are no longer available for deployment for any reason, including mobilization as members of the Reserve, injury, or death. (d) Clothing and Equipment Issue. (1) To help distinguish them from combatants, Contractor Personnel shall not wear military clothing unless specifically authorized by a written Department of Army waiver. Contractor Personnel may wear specific items of clothing and equipment required for safety and security such as ballistic or NBC (Nuclear, Biological, Chemical) protective clothing. The CONUS Replacement Center or the combatant command may provide to the Contractor Personnel military unique Organizational Clothing and Individual Equipment (OCIE) to ensure security and safety. (2) All issued OCIE shall be considered Government Furnished Property, and will be treated in accordance with Government Furnished Property clauses included elsewhere in this contract. The contractor shall ensure that all issued OCIE is returned to the point of issue. (e) Weapons and Training. (1) Contractor Personnel may not possess privately owned firearms in the AO. The combatant command may issue weapons and ammunition to Contractor Personnel, with the employee’s company’s consent as well as the individual employee’s consent, and may require weapons and other pre-deployment training. (2) The Contractor shall ensure that Contractor Personnel follow all instructions by the combatant command, as well as applicable Military Service and DoD regulations, regarding possession, use, safety, and accountability of weapons and ammunition. (3) All issued weapons, ammunition, and accessories (e.g., holsters) shall be considered Government Furnished Property. Upon redeployment or notification by the combatant command, the Contractor shall ensure that all Government issued weapons and unused ammunition are returned to the point of issue using a method that complies with Military Service regulations for issue and turn-in of firearms. (f) Vehicle and Equipment Operation. (1) The Contractor shall ensure that Contractor Personnel possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the AO. (2) Contractor-owned or leased motor vehicles or equipment shall meet all requirements established by the combatant command and shall be maintained in a safe operating condition. (g) Passports, Visas and Customs. The Contractor is responsible for obtaining all passports, visas, and other documents necessary for Contractor Personnel to enter and exit any AO. (h) Purchasing Limited Resources. When the Combatant Command establishes a Commander-in-Chief Logistics Procurement Support Board (CLPSB), Joint Acquisition Review Board, or similar purchase review committee, the contractor will be required to coordinate local purchases of goods and services designated as limited, in accordance with instructions provided by the Administrative Contracting Officer or the Contracting Officer’s designated representative. (End of Clause) The quote / proposal is due at 5:00 PM, Baghdad time, on 7 November 2005. The JCC-I/A contracting point-of-contact is Robert Race, 703-544-1493, robert.race@pco-iraq.net. DOS-JCC-I Contracting, APO AE 09316. Additional solicitation documents: www.rebuilding-iraq.net and www.fbo.gov NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/W914NS-05-Q-0049/listing.html)
 
Place of Performance
Address: Fallujah Iraqi Rail Road Depot and Housing
Country: Iraq
 
Record
SN00920922-F 20051027/051025213153 (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.