0% found this document useful (0 votes)
80 views5 pages

Solicitation

Tender Document

Uploaded by

Altaf
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
80 views5 pages

Solicitation

Tender Document

Uploaded by

Altaf
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 5

SOLICITATION, OFFER,

AND AWARD

1. SOLICITATION NO.

2. TYPE OF SOLICITATION
SEALED BID

W91B4P-11-R-0072

(Construction, Alteration, or Repair)

(IFB)

3. DATE ISSUED

PAGE OF PAGES

20-Jul-2011

1 OF

X NEGOTIATED (RFP)

59

IMPORTANT - The "offer" section on the reverse m ust be fully com pleted by offeror.
4. CONTRACT NO.

6. PROJECT NO.

5. REQUISITION/PURCHASE REQUEST NO.


RCE1J3F4B04675

7. ISSUED BY

CODE

8. ADDRESS OFFER TO

W91B4P

CENTCOM CONTRACTING COMMAND-EAST-W91B4P


REGIONAL CONTRACTING CENTER
FOB SALERNO
BETSY WEINTRAUB
APO AE 09314

TEL: 318-851-5398

See Item 7

FAX:

9. FOR INFORMATION
CALL:

(If Other Than Item 7) CODE

TEL:

FAX:

A. NAME

B. TELEPHONE NO.

SSG BETSY WEINTRAUB

318-581-5398

(Include area code)

(NO COLLECT CALLS)

SOLICITATION
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".
10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

(Title, identifying no., date):

The Contractor shall provide all labor, tools, materials, equipment, transportation, and supervision to furnish, construct,120EA steel and
concrete trash rack denial system , and install all items according to this statement of w ork, specifications, and draw ings.
- Verbal explanations given before aw ard w ill NOT be binding. Offeror shall acknow ledge receipt of amendments in block 19 of SF Form 1442
or by returning a signed copy of the amendment(s) w ith the offer.
- The magnitude of this project is betw een $250,000 and $500,000 USD.
- Offerrors must submit both their Defense Base Act (DBA) insurance coverage and have completed their "SPOT" personnel employee
records prior to the contracting office issuing a Notice to Proceed (NTP).
- Offerors must carefully read Section L Proposal Preparation and Section M Basis for Aw ard.
- Mandatory period of performance is 120 calendar days from receipt of the Notice to Proceed (NTP).
- Liquidated Damages w ill be applied in accordance w ith FAR Clause 52.211-12, if prime contractor fail to meet the 120 calendar day period of performance.
- Type of contract is a Firm Fixed Price Contract.
- NOTE: SUBMIT PRICING IN AFGH( Use currency Exchange 49.1176 AFGH = 1 USD)
- Paktya province
15
120
11. The Contractor shall begin performance w ithin _______
calendar days and complete it w ithin ________
calendar days after receiving
aw ard, X notice to proceed. This performance period is

X mandatory,

negotiable.

(See _________________________ .)

12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?
(If "YES," indicate within how many calendar days after award in Item 12B.)
YES

12B. CALENDAR DAYS

X NO

13. ADDITIONAL SOLICITATION REQUIREMENTS:


06:00 PM
1
A. Sealed offers in original and __________
copies to perform the w ork required are due at the place specified in Item 8 by ___________
(hour)
03
Aug
2011
local time ______________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers
shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.
B. An offer guarantee

is,

X is not required.

C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.
60
D. Offers providing less than _______
calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected.
NSN 7540-01-155-3212

1442-101

STANDARD FORM 1442 (REV. 4-85)


Prescribed by GSA
FAR (48 CFR) 53.236-1(e)

SOLICITATION, OFFER, AND AWARD (Continued)


(Construction, Alteration, or Repair)
OFFER (M ust be fully completed by offeror)
14. NAME AND ADDRESS OF OFFEROR

(Include ZIP Code)

15. TELEPHONE NO.

(Include area code)

16. REMITTANCE ADDRESS

(Include only if different than Item 14)

See Item 14

CODE

FACILITY CODE

17. The offeror agrees to perform the w ork required at the prices specified below in strict accordance w ith the terms of this solicitation, if this offer is
accepted by the Government in w riting w ithin ________ calendar days after the date offers are due.
(Insert any number equal to or greater than
the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

AMOUNTS

SEE SCHEDULE OF PRICES

18. The offeror agrees to furnish any required performance and payment bonds.
19. ACKNOWLEDGMENT OF AMENDMENTS
(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NO.
DATE
20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN
OFFER (Type or print)

20B. SIGNATURE

20C. OFFER DATE

AWARD (To be completed by Government)


21. ITEMS ACCEPTED:

22. AMOUNT

23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN

ITEM

25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

(4 copies unless otherwise specified)

26. ADMINISTERED BY

10 U.S.C. 2304(c)

41 U.S.C. 253(c)

27. PAYMENT WILL BE MADE BY:

CODE

CODE

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE


28. NEGOTIATED AGREEMENT

29. AWARD (Contractor is not required to sign this document.)

(Contractor is required to sign this

document and return _______ copies to issuing office.)

Contractor agrees

Y our of f er on this solicitation, is hereby accepted as to the items listed. This award con-

to f urnish and deliv er all items or perf orm all work, requisitions identif ied

summates the contract, which consists of (a) the Gov ernment solicitation and

on this f orm and any continuation sheets f or the consideration stated in this

y our of f er, and (b) this contract award. No f urther contractual document is

contract. The rights and obligations of the parties to this contract shall be

necessary .

gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,
representations, certif ications, and specif ications or incorporated by ref erence in or attached to this contract.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED


TO SIGN (Type or print)
30B. SIGNATURE

30C. DATE

31A. NAME OF CONTRACTING OFFICER

TEL:

(Type or print)

EMAIL:

31B. UNITED STATES OF AMERICA

31C. AWARD DATE

BY
NSN 7540-01-155-3212

STANDARD FORM 1442 BACK

(REV. 4-85)

W91B4P-11-R-0072
Page 3 of 59
Section B - Supplies or Services and Prices

ITEM NO
0001

SUPPLIES/SERVICES

QUANTITY
UNIT
UNIT PRICE
1
Lump Sum
Mobilization/Site Preparation
FFP
The contractor shall provide all plant, equipment, tools, parts, materials,
transportation, labor supervision to fabricate one-hundred and twenty (120) steel
and concrete trash racks culvert denial systems located on Route Virginia from
checkpoint 601 to checkpoint 60 and Route Lathe from 42S WB 72834 87672 to
Shembawat in Khost and Paktya Provinces, Afghanistan, in accordance with this
statement of work (SOW), specifications, and drawings.
FOB: Destination
PURCHASE REQUEST NUMBER: RCE1J3F4B04675
SIGNAL CODE: J

AMOUNT

NET AMT

ITEM NO
0002

SUPPLIES/SERVICES

QUANTITY
UNIT
UNIT PRICE
20
Each
Trash Rack Denial System (Small)
FFP
Vendor shall provide all equipment, tools, parts, materials, and labors to fabricate
twenty (20)each small trash racks denial systems to cover culvert openings smaller
than 35 diameter (round pipe), or smaller than 35 height or smaller than 35 in
width (square or box culvert),located on Route Virginia from checkpoint 601 to
checkpoint 60 and Route Lathe from 42S WB 72834 87672 to Shembawat in Khost
and Paktya Provinces, Afghanistan in accordance with the SOW and Drawings.
FOB: Destination
PURCHASE REQUEST NUMBER: RCE1J3F4B04675
SIGNAL CODE: J

NET AMT

AMOUNT

W91B4P-11-R-0072
Page 4 of 59

ITEM NO
0003

SUPPLIES/SERVICES

QUANTITY
UNIT
UNIT PRICE
80
Each
Trash Rack Denial System (Medium)
FFP
Vendor shall provide all equipment, tools, parts, materials, and labors to fabricate
eighty (80)each medium trash racks denial systems to cover culvert openings
between 35 and 50 diameter (round pipe), or between 35 and 50 height or
between 35 and 50 in width (square or box culvert) located on Route Virginia
from checkpoint 601 to checkpoint 60 and Route Lathe from 42S WB 72834 87672
to Shembawat in Khost and Paktya Provinces, Afghanistan, in accordance with the
SOW and Drawings.
FOB: Destination
PURCHASE REQUEST NUMBER: RCE1J3F4B04675
SIGNAL CODE: J

AMOUNT

NET AMT

ITEM NO
0004

SUPPLIES/SERVICES

QUANTITY
UNIT
UNIT PRICE
20
Each
Trash Rack Denial System (Large)
FFP
Vendor shall provide all equipment, tools, parts, materials, and labors to fabricate
twenty (20)each large trash racks denial systems to cover culvert openings larger
than 50 diameter (round pipe), or larger than 50 height or larger than 50 in
width (square or box culvert) located on Route Virginia from checkpoint 601 to
checkpoint 60 and Route Lathe from 42S WB 72834 87672 to Shembawat in Khost
and Paktya Provinces, Afghanistan, in accordance with the SOW and Drawings.
FOB: Destination
PURCHASE REQUEST NUMBER: RCE1J3F4B04675
SIGNAL CODE: J

NET AMT

AMOUNT

W91B4P-11-R-0072
Page 5 of 59
ITEM NO
0005

SUPPLIES/SERVICES

QUANTITY
1

UNIT
Lump Sum

UNIT PRICE

AMOUNT

Demobilization/Clean up
FFP
Vendor shall provide all equipment, tools, parts, materials, and labors to mobilize
all items and perform site prepartion in accordance with the SOW and Drawings.
FOB: Destination
PURCHASE REQUEST NUMBER: RCE1J3F4B04675
SIGNAL CODE: J

NET AMT

ITEM NO
0006

SUPPLIES/SERVICES

QUANTITY
1

UNIT
Lump Sum

UNIT PRICE

Defense Base Act Insurance


FFP
The amount listed by the offeror on this CLIN is the estimated DBA insurance
premium (estimated payroll of the offeror and its subcontractors times the
applicable rate(s)). The DBA insurance premium amount varies with payroll and
the nature of services. The actual amount paid by the government under this CLIN
will be based on the amount of the Rutherfoord invoice, stamped paid and
submitted by the offeror after contract award. In the event of recalculation of the
premium by CNA based on actual payroll amounts, the contracting officer will
adjust this CLIN by contract modification to reflect the actual premium amounts
paid. Any remaining funds shall be unilaterally deobligated.
FOB: Destination
PURCHASE REQUEST NUMBER: RCE1J3F4B04675

NET AMT

AMOUNT

You might also like