NAMSA

Transcription

NAMSA
2EM1R28
1:34
NfMS4 PP CAFELLEN
F1/8
NQ711
+A523OE3430
1AMSA PP CAPELLEN
NAMSA
NATO MAINTENANCE AND SUPPLY AGENCY
AGENCE OTAN D'ENTRETIEN ET DAPPROV1SONNEMENT
PATRICK FESQIJET
DIPECTOR 8F PROCURMEWT
DIRECTEUR DES ACHATS
ORIGrNAL: ANGLAIS
LO-PP12008/PC/5HQ270I OIPBL80040
DESTINATAIRES
LNFO
25
mars
2008
Ambassade de France en Belgique
Mission économique
Rue de la Loi, 38
B-1000 Bruxelles
Fax
Info to
francine.Ieroy
degravemissionecoorg
French Delegation to NATO
Fax;
003225123713
0032 2 727 7458
Attn Advisor for Infrastructure
l3lvd Leopold III
B-1110 BRUSSELS
AVIS D'APPEL D'OFFRES
PLATE-FORME ET ELEVATION A CISEAUX
OBJET
RÉFÉRENCES:
Procédures d'appels d'offres internationaux pour les travaux
d'infrastructure de l'OTAN, AC/4-D/226 I Edition 1996
de décisions AC/4DS20070025 du 5 novembre 2007.
Relevé
2.
I
A. Description sommaire et estimation des coûts du présent avis
B, Modèle de déclaration d'admissibilité
C. Liste de fournisseurs potentiels
1. Le Comité de l'infrastructure de l'OTAN a désigné l'Agence OTAN d'entretien et
d'approvisionnement NAMSA pays Lôte pour la mise en oeuvre du projet 5HQ27001 0,
intitulé « Fourniture de matériel connexe» nécessaire pour le Groupe de forces interannées
multinationales OHM", qui s'inscrit dans le cadre du paquet de capacités 5A0 156
"Équipements de quaiers généraux déployables de OFIM de l'OTAN".
26,MR08
1034
NMSR PP CPELLEN
NQ711
+E23OE343oe
P,2/B
AMSAPP CAP ELLEI
2.
L'appel d'offres internatjonal sera mené dans le respect de la procédure citée en
réference 1, qui stipule que le pays hôte diffuse le plus tôt possible un avis d'appel d'offres aux
representants diplomatiques des pays participants dans la capitale du pays hôte. Cette lettre est
diffusée a la suite de l'approbation du projet par le Comité de l'infrastruçture, qui est consignée
dans le document cite en référence 2.
3,
La présente lettre constitue un avis d'appel d'offres, référence 5HQ27010-IW, portant
sur l'achat de « Plate-forme et Elévation à Ciseaux » conformément à la description figurant à
l'annexe A
4.
En tarit que pays hôte de ce projet, la NAMSA vous invite par la présente:
4.1
à désigner des entreprises situées dans votre pays qui pourraient souhaiter
participer à l'appel d'offres ; référence 5HQ270 10-1 W;
4.2
à fournir, pour chaque entreprise désignée, une "déclaratjon d'admissibilité"
conforme au modale fourni à l'annexe B.
5.
Outre les entreprises que vous choisirez de désigner, et conformément au document cité
en référence 2, la NAMSA a été autorisée à proposer des sociétés figurant dans son fichier
fournisseurs, Vous trouverez ci-joint, en annexe C, une liste des fournisseurs potentiels que
l'Agence a identifiés dans votre pays ; nous vous invitons à. l'examiner et à nous communiquer
vos modifications éventuelles. En l'absence d'objection, nous inviterons les sociétés figurant
sur cette liste à participer à ce prochain appel d'offres.
6.
Les informations demandées sont à adresser à:
NAMSA Bureau de programme LO
CPOAO1S6
L-8302 CAPELLEN
0.-D. de Luxembourg
Adresse électronique : NAPPa,natot
Télécopie : +352 3063 4300
-
et doivent parvenir à la NAMSA le 20 avilI 2008 au plus tard.
7.
Si vous avez besoin d'informations complémentaires, veuillez contacter:
M. Pedro BFJAR LUQUE
Responsable de marchés du bureau de prograimne LO
Téléphone : +352.30.636525
Adresse électronique
Directeur des Achats de la NAMSA
Par ordre Torrnod SVEEN
Responsible du contrôle de la qualité
des contrats
26MRR28
1:34
NflMS PP CPELLEN
+À231E343
F3/8
AMSA PP CAPELLE
A EAL
NAMSA is declared Host Nation for the acquisition and fo11owon support of CP 5A01 56
"NATO Deployable flQ Assets for Coinbined Joint Task Force CJTF" which is made of the
following projects:
deÏSOcontner
inerizedFaciiiti
QQ1
QQO
b1ecISS'stemAutomationSuo
e2commationBui1din
uildin
QQO
Q9O
QQ0L
QQQ
QO1
11arEuïpen
Force Protection Matejial
QO9
B
t
comonents
I .1
Gencral. The contractor shaH furnish to NAMSA four rough terrain scissors lifts with
platforrns in accordance with the requirements in this Statement of Work S 0W. These
scissors lifts are intended to assist with camp construction ami operations in a rapidly
deployable headquarters ofNATO military forces that may be deployed over a wide range of
geographic environments and clirnatie conditions. Accordingly, NATO expects flic
equipment to be robust and of high quality, agile yet heavy duty, and highly capable of
performing under difficuit climate and terrain conditions, The scissors lifts will be diesel
powered, rough terrain models that will be capable of working from compacted sub grades
whlle lifting operators to work safely 10 metres above,
Platforzn, The work platform shah be securely railed with a gated opening sud ho
I 2.
equipped with a "slip resistanf' fiQor. The platfonn will allow extension beyond the vehicle
dimensions sud will provide secure anchor points for worker safety. The platform will allow
operator contrai of the vehicle in die extended position but wihl ho equipped with s tilt alarrn
ta prevont die operator entering unsafa attitudes, The platform viIl ho fitted with an electrical
outiet sud an air hase corinection,
2EMR2OO8
10:34
NRMSR PF CFELLEN
NQ711
+Â5230E34300
P4/8
NAMSA PP CAPELLE
13
Autoxnoti've. The scissors lift will be diesel powered with 4 wheeled 4rive and a cross
country speed in the order of 3 km per hour, The vehieJe chassis wjll be fitted with four
independent outriggers for additional stability.
I4
Shipping and Storage Container. Two scissors lifts and e set of spare parts will be
mounted for shipping and storage in e standard 6.058 in sea container, provided by the
contractor and niodified to allow repeated use for both sh.ipping and on site storage This
container/storage arrangement will be dedîcated to the scissors lifts for the life ofthe
equipment.
2.
QticandGeorahicalCondjfions
2.1
Climatie anci Geographic Conditions are based on STANAG 2895 for the range ef Al
to Cl Climatic Zones, The equiprnent deseribed in this 50W shah be capable of remaining
functional under these environmental conditions. The proposai shail specify how the
proposed produet meats these conditions by providng evjdence that the proposed scissors lifts
have been successfully tested or used in the extreme environmental and climatic conditions
that apply to the zones specifïed. The proposai shah also provide specific procedures on how
10 deal with the following environmental conditions.
2.2
The scissors lifts may be used at altitudes up to 3000 in above sea leveL
Ail proposcd equipment shah be deigned 10 ensure operations et ail environinerital
2.3
conditions with ambient peak temperature and relative humidity values as defined in
STANAG 2895 for zones Al Extreme Hot Dry, 132 Wet Hot, and Cl Intermediate Cold.
The equipment must be capable of sustaining effective operations in ambient temperatures
ranging between 30°C a.nd +50°C 33°C te +71 C for storage and transport.
-
-
-
The equipment shail be designed to remain waterproof, operationai, and safe under
2.4
freezing rein fahls, snow or hail of 3 lmmlmin et sea level during I min and at an average 1.9
ram/min during 12 hours.
The equipment shah be designed te not require heavy maintenance actions caused
2.5
wind carrying U 10 1 .Og/m3 of dust and sand.
2.6
1cc accumulation and snow loads shah! no damage or prevent the equipment from
funetioning.
3
bi1i
3,1 The scissors lifts shah be secured for shipment sueh that they eau be readied for
operational conditions in tha least turne possible. Two scissors lifts shah ha seeured for
transport in a single 6.058 in x 2.438 in x 2.438 in sea container that rneets ISO 668 standards
so that 2 sea containers in total are provided. The gross weight of eaeh sea container,
including ail contents and dunnaging shah? be iess than 14,000 kg. AI! shipping preparations
must inelude the need to secure the scissors lifts againsi enviromnental damage during
shipping3 such as wind, hall, ice, or sea spray, against damage caused by vandaliam or by
theft, and against damage caused by movernent and handhing during shipment. Note tire
limitation in height when compared to the normal 2.591 in high standard shipping container.
-
26MR28
1034
NMS FP CPELLEN
+À236343O
NQ711
P5/8
AMSA PP CAPELLEN
12 Ail shipping containers are subject to off road rnovement by the military Deployable
Rapid Operations Platforrn System DROPS for container handiing. It is important that the
internai fittmgs, packaging, and durinaging withstand such conditions, in particular the steep
angle ofloading and unloading.
4.1
In order to minimize in-service support costs, NAMSA requires the contractor to
conduet an Integrated Logisties Support programme as an integral part ofhis system design
and devclopment. This integrated programme shah ensure that iogistics support matters such
as equipment rehiabihity, maintenance, sparing, and training, are eonsidered in the
deveiopment ofthe proposai and in the design and production ofthe equipment The
Integrated Logistics Support requirement. is achieved through the identification of equipmerit
failures, the identification of component reliability, and the development of an optimum
sparing, maintenance, and training programme that minimizes hife cycle costs and achieves the
expected operational availability as defined in the 50W. It is supported by documentation
and data, ail of which are related through the NAMSA information management systemS
The Integrated Logistics Support requirement remains applicable for both the COTS
equipment and the purpose built equipment, although the tasks and analyses are expeeted to be
4.2
tailored to recognize the maturity ofthe equipment
4.3
A 30 day sparc parts package and a trainjng package shah be identified by une item
and included in the firrn fixed price A critical 2 Year Operational Parts hist, additional sparc
parts, contractor assisted maintenance, and depot level maintenance shah be priced as is noted
further in the SOW and shah flot be included in the finri fixed price. Ail other Integrated
Logistics Support items shah be included in the firm fixed price.
ESTIMATEP VALUE FOR TRIS CONTRACT: 42 KEUR
C IEIcTERMANDONDIIIONS
b. PARTIAL BIDDrNG
26MRR2OOS
135
NMS PP CPELLEN
+L$23OE343@O
NQ711
6/8
AMSA PP CAPELLE
eYASSUNCE
Ta be provided at the time ofthe ICB.
f
QURITYLEVELREUIRED
NATO UNCLASSIFIED
g LAQ
1 "Cahier des Charges" and subsequent procurement contracts will be in English
language.
2 Offers and any communication ta be made by the bidders, and any technical data or
documentation ta be fumished by the contractors must be also in English.
h.
NIA at this stage.
D JÇONSIDETIONS
a. NAMSA intends b issue the Invitation for Bids to interested flrms at a date yet to be
deterrnined, but not before 22 April 2008, The bidders will be ailowecl not less than 42
days to reply to the relevant ICB.
b. The bids to be received in response to the NAMSA IFB's mentioned above will be
valid for a period of 180 days.
e. 11e envisioned bidcling method is the "One Step International Cornpetitive Bidding
ICB Procedure".
d. The information to be provided to the bidders will be upto NATO UNCLASSIPIRD.
e. Please note that actual quantities to be ineluded in the Invitation for Bid may vary
slightly from those specified in this NOL
26MR2O8
NflMS PF CPELLEN
jj35
+À5236343O
NQ711
ANNEX B
PCLATIONQFJLQ1BJLJLY
FROM:
Originator
TO
NAMSA
SUBJECT: Expression of interest in ICB for project Serial Number "5HQ270104W
Provision of Scissors Lift & Platform"
A. With reference to the above quoted ICB exercise, the following nationality of
origin firms have expressed an interest in receiving the bidding documents:
8
"A" Co, Ltd
Security Level:
NATO Unclassified
Address,
Contact:
Tel,
Fax.
*
Emai1
lnterested: Contract XX
Contract YY
B"CoLtd
Security Level:
NATO Unclassified
Address
Contact:
Tel,
Fax.
Ernail
Interested: Contract ZZ
Contract YY
13. 1 certify that these firrns have the necessary financia1 technical and professional
eornpetence to ha adrnitted by the Governinent of country of origin as bidders were
it responsible for awarding a contract of this nature. Ail the flrrns aboya are security
eieared to the ivei required for this project
26MflR28
1:35
NRMS PP CflPELLEN
-i-A523ø6343O
NQ711
AMSA PP CAPELLEN
ANNEX C for FR
T
I EGI
3
RUE DE LA WARENNE
FR-08000 LES AYVELLES
Tel: 0033324373136
Fax; 0033324377600
F1385
TLD EUROPE
LE BOURG
FR-79420 SAINT LIN
Tel: 0033549957300
Fax: 0033549706137
9
2
J
PINGUELY HAULOTTE
ZA LA PERONMERE
FR42152 L'HORME CEDEX
Tel : 0033477292424
Fax: 0033477294395
F8/8