Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

61 -- RFQ (W91GXY-07-Q-0023) ION Mobility Spectrometer (IMS); SF6 Gas, Decomposition & Moisture Measurement Analyzing System

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, Multi-National Forces Iraq, Joint Contracting Command Iraq, JCCIA - Reconstruction (Electrical Sector), POC Annex Baghdad, APO, AE, 09348, IRAQ
 
ZIP Code
00000
 
Solicitation Number
W91GXY-07-Q-0023
 
Response Due
3/29/2007
 
Archive Date
4/13/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation W91GXY-07-Q-0023, is issued as a Request for Quotations (RFQ). This acquisition 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 2005-14 and DFARS Change Notice 20070122. The associated NAICS code is 335999F. The Project and Contracting Office (PCO), Baghdad, Iraq has a requirement for the purchase of an ION Mobility Spectrometer (IMS); SF6 Gas, Decomposition & Moisture Measurement Analyzing System or an Equal Product in the following SCHEDULE OF SUPPLIES: CLIN 0001 - SF6 Gas, Decomposition & Moisture Measurement Analyzer; or Equal Product; MANUFACTURER: TEIMS, P/N: SF6, QTY: 2, U/I: EA, UNIT PRICE: $______________ TOTAL PRICE: $_____________ CLIN 0002 ? Delivery to Baghdad International Airport (BIAP), Iraq TOTAL PRICE: $ ____________ GRAND TOTAL: $____________. DESCRIPTION: The following specifications denote the salient characteristics of the items required in CLIN 0001 to meet the minimum needs of the Government: Measuring Range IMS (contamination) (0-5,000) ppm Vol. [Cal. on Discharges] (0-300) ppm Vol. [Cal. on So2], Measuring Accuracy +- 2%, Measuring Range for Gas Moisture: (-50 to +10) Deg C+- 2Deg C at dew points of <-40 Deg C +- 4 Deg C, Input pressure: pe (0,5 to 14) bar, Flow rate: 22LN/h, Measuring Time: Approx 5 Minutes, Operating Temperature: (-10 to +40) Deg C, Operating Voltage: (90 to 265) V (50 to 60) Hz AC, 40W, Interface: RS232. Contractor shall provide a complete and usable end product. Contractor shall identify the manufacturer of supplies offered in their quotation. Offerors of or Equal Products shall meet or exceed the specifications stated herein. DELIVERY REQUIREMENTS: FOB Destination is the terms of delivery for all CLIN(s) listed above. Place of delivery / performance: The total quantity of supplies shall be delivered to BIAP, Iraq (Abu Ghraib Warehouse) within 21 calendar days after contract award. Partial shipments will be accepted. Delivery Date: ALL ITEMS ARE TO BE DELIVERED to BIAP no later than 24 April 2007. Contractor shall pay the cost of insurance and freight to BIAP for all CLIN(s) in the ?Schedule of Supplies and Services?. Accelerated delivery is encouraged at no additional cost to the Government. Partial deliveries and partial payments are authorized. Delivery Location: Final Destination: Abu Ghraib Distribution Center, (PWC Iraq Warehouse Project, PWC Logistics), Baghdad, Iraq See PCO MANDATORY SHIPPING DIRECTIONS (below).Inspection and Acceptance: Inspection and acceptance by DCMA QAR at BIAP North Warehouse, Baghdad, Iraq. Packaging and Markings: All items shipped should have the outer packages marked with the contract number, the end user, and the point of contact information. This should be marked appropriately for each container. Ensure the levy exemption forms are completed prior to delivery as well as approved cargo plaque by PCO logistics LMCC. MANDATORY SHIPPING DIRECTIONS PCO Logistics: PCO Logistics is required to track equipment, materials and goods coming into Iraq under the Re-building Iraq effort. This tracking and inherent accountability process will assist in assuring that all equipment materials and goods are able to cross the borders and move to final destination with minimal delay and at reduced risk. However, in order to accomplish this mission, maximum cooperation is necessary. Prompt notification and compliance with our information requirements will assist in providing advance notice to the point of entry of all inbound shipments. This process affords coordination in the movement of all convoys which will enable improved monitoring and de-conflicted convoy schedule. Prompt notification also improves security coordination through the operations center. To get started follow the following steps: Step One: Upon contract award the contractor is required to provide the necessary logistical information needed by PCO Logistics. This information can be provided and updated as necessary by going to the PCO website (http://www.rebuilding-iraq.net) and selecting the Logistics tab. Should there be any problems with this process contact the Logistics Movement Coordination Center (LMCC) Watch Officer directly at the following e-mail address: pcolmcc@pco-iraq.net and the necessary assistance will be provided. The contractor will find three forms listed and available under the logistics heading (Logistics Information Requirements Form, Reconstruction Levy Exemption and Form, Cargo Placards). Those forms should be individually completed and, with the exception of the cargo placard, sent electronically to the above mentioned e-mail address for the LMCC. The first form submitted will be the Logistics Information Requirements Form. The Logistics Information Requirements Form should be completed upon award of contract and updated as necessary. All updates and changes to this form should be sent to the same e-mail address as the original form. Additional contact information is available on the website mentioned above. Always reference the contract number. Step Two: CPA 1-47 CUSTOMS LEVY EXEMPTION AND SHIPMENT REQUIREMENTS FOR RECONSTRUCTION PROJECTS UNDER PROJECT AND CONTRACTING OFFICE (PCO) Effective 15 April 2004 Tariff Regulations pursuant to CPA Orders #54, as amended by Order #70 (Orders #54 and #70 are posted on the website), require commercial importations into Iraq to pay a 5% levy except for food, books, medicine, medical equipment, clothes and oil. Additional exemptions include NGO?s, International Organizations, Reconstruction Projects under PCO, and single exempt donations. Items shipped under this contract are exempt from this ?Levy? provided a completed Reconstruction Levy Exemption Form is attached and included with each invoice and packing slip. The contractor is required to fill out the Reconstruction Levy Exemption Form and attach the duty free form to each shipment of goods under this contract that crosses the border into Iraq in order to qualify for the exemption. The contractor must submit one copy of the completed duty free form and a copy of the first page of the primary contract, for customs verification, to the contracting officer and the PCO Logistics Office at pcocustoms@pco-iraq.net prior to shipment. Customs will send back a stamped copy that must accompany the cargo. It is the contractor?s responsibility to include the stamped and approved Reconstruction Levy Exemption Form is included with each shipment to ensure cargo is not delayed at customs. The Contractor should ensure they indicate what the estimated time of arrival is at the point of entry. Step Three: The items being acquired are for Iraqi Reconstruction and as per the ?Packing and Marking Instructions? of this contract, and shall be Packaged and Marked accordingly. Additionally, a Cargo Placard is available from the website at http://www.rebuilding-iraq.net under the logistics tab located at the top of the page. There is a memorandum posted that explains how to complete the placards. There are four placards, one is for shipments arriving into Baghdad International Airport, one is for shipments arriving into the Port of Umm Qasr, one is for shipments arriving into Kaz, and the fourth one is for all other shipments. The use of these placards will ensure they are properly identified as PCO shipments and will reduce risk of loss or pilferage. Each shipment must have a cargo placard affixed to all sides of each container, pallet, or package. The following is information is provided to assist with the completion of the cargo placard; Primary Contract Number #: W91GXY-07-M-XXXX ;Delivery Order/Shipment Number #: GRDE-042; Shipment Arrival POCs: BIAP: logistics@skylink-usa.net, Iraqna: 790.192.6284 Final Destination Address: Abu Ghraib Distribution Center, (PWC Iraq Warehouse Project, PWC Logistics), Baghdad, Iraq, 68 Abu Ghraib Expressway, Ministry of Transportation Compound; Grid Coordinate: 38S MB 2662 8726 Primary POC at Final Destination: Mr. David Palmer, Warehouse Manager, ddpalmer@pwclogistic.com / Phone: +964 790 326 1136-Iraqna/ or (617) 902-2757 Alternate POC at Final Destination: Requiring Activity: Ministry of Electricity Point Of Entry: Delivery Info: Dennis Anderson / PCO Generation Parts, Dennis.Anderson@pco-iraq.net Phone: VOIP: 703-544-6761 Iraqna: 0790-192-5798; PCO Elect Gen Sector - Mike Cunningham michael.cunningham@pco-iraq.net ;Phone: VOIP: 703-544-6731; Final Guidance: Summary of Contractor Requirements: Logistics Information Requirements Form Reconstruction Levy Exemption Cargo Placards It is the contractor?s responsibility to provide all the requested information mentioned above including the use of the identified cargo placards in sufficient time to allow for required delivery. Failure to comply with these instructions may result in a delay of the goods and materials being shipped from arriving at their final destination. Delays resulting from failure to follow the above steps may be assigned as the contractor?s responsibility. All shipments shall be marked for the final destination; this location will be sited on the contract award. ?Shipping shall be included in the overall total price.? All duties and tax are the responsibility of the Contractor.The following Provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors, 52.212-3 Offerors Representations and Certification and 52.233-2, Service of Protest; DFARS 252.209.7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212.7000, Offeror Representations and Certifications--Commercial Items; 252.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7035 BAA-TAA-BoPP Certificate. EVALUATION: All quotations shall be evaluated in accordance with procedures established in FAR Part 13.106-2 ?Evaluation of Quotation or Offerors?. An overall assessment will be made of Price, Iraq Socioeconomics, and the proposed terms of delivery. An award will be made based upon the proposal determined most advantageous to the Government. The ?Schedule of Supplies? shall be awarded on an ?all or none? basis. Proposals submitted with requests for, or prices based on issuance of Irrevocable Letters of Credit (ILC) will not be honored and shall be deemed non-responsive. Contractor shall quote firm-fixed pricing on all CLINs in U.S. Dollars for their offer to be considered responsive. No alterations, additions, or deletions shall be made to submitted offers, unless by prior written approval of the Contracting Officer. Offerors should submit with their quotation: (1) a price which reflects the proposed total weight for each line item, unit price for each line item, the extended total price for each line item, and the overall Grand Total for all contract line items. Contractors may submit their quotations in the ?Schedule of Supplies? listed above; (2) any supporting information or product specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the Schedule. (3) a 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 Duns 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. Note: * Denotes additional mandatory requirement for all U.S. Offers. A completed copy of the Provision at DFARS 252.225-7035 BAA-TAA-BoPP Certificate. The following Clauses apply to this acquisition: FAR 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions ? Commercial Items as augmented by the Department of Defense FAR Supplement (DFARS); 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items, to include the following subparagraphs--52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.229-6 Taxes ? Foreign Fixed Price Contracts; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.232-34, Payment by Electronic Funds Transfer? Other than Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law For Breach of Contract Claim; 252.209.7004; Subcontracting w/firms that are owned or controlled by the Gov't of a terrorist country; 252.225-7036, BAA-TAA-BoPP 252.232-7008, Assignment of Claims (Overseas); 252.232-7010, Levies on Contract Payments; and 252.233-7001, Choice of Law (Overseas). Copies of the provisions and clauses referenced above are available in full text at http://www.arnet.gov/far/. PAYMENT & INVOICING: Contractor may submit partial payment invoices for deliveries in accordance with the ?Schedule of Supplies and Services.? Partial payments shall not exceed 80% of the total contract price. The Government will withhold the final 20% of the total contract amount until all items have been delivered and accepted by the U.S. Government representative(s) if required. All interested, responsible firms may submit quotations (applicable documentation must be in accordance with FAR 52.212-1 listed above) which must be received no later than 5:00 P.M. Local Time (Baghdad, Iraq) 29 March 2007 at the following e-mail address: Larry.Kagler@pco-iraq.net Questions regarding this RFQ should be directed to Mr. Larry D. Kagler at e-mail Larry.Kagler@pco-iraq.net Faxed quotations will NOT be accepted. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis-Solicitation. The anticipated award date of this acquisition is 2 April 2007.
 
Place of Performance
Address: Baghdad,Iraq
Country: IRAQ
 
Record
SN01252038-W 20070317/070315222225 (fbodaily.com)
 
Source
FedBizOpps 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.