Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

69 -- European and US Driving Simulators Purchase, Set-Up, and Maintenance

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, ACA, US Army Contracting Command Europe, ACA, Wiesbaden Contracting Center, ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM08T0085
 
Response Due
6/18/2008
 
Archive Date
8/17/2008
 
Point of Contact
Tony Van Loenen, 49(0)6118162244
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number: W912CM-08-T-0085 Solicitation Issue Date: 29 May 2008 Offer Due Date: 18 June 2008 08:00 a.m. CET ITEM NO 0001 Driving Simulators, Cabin Type FFP Nine Driving Simulators, Cabin Type with software designed to provide realistic European and the United States driving conditions. See Primary Work Statement for required specifications. Simulators shall include one year of maintenance from date of award until one day prior to anniversary of date of award. FOB: Destination ITEM NO 0001AA Driver Simulator to SHAPE in Belgium FFP Shape Event Center Bldg. 303 Batiment 209, Rue de Potomac 7010 Casteau, Belgium FOB: Destination ITEM NO 0001AB Driver Simulator to Mannheim, Germany FFP USAG Mannheim Gebaude 253 Sullivan BKS 68309 Mannheim, Germany FOB: Destination ITEM NO 0001AC Driver Simulator-Kaiserslautern Germany FFP Im Haderwald GEB 29333 (Pulaski BKS) 67661 Kaiserslautern, Germany FOB: Destination ITEM NO 0001AD Driver Simulator to Bamberg, Germany FFP Warner Kaserne Wiessenburgerstrasse 12 Geb. 7089 96052 Bamberg, Germany FOB: Destination ITEM 0001AE Driver Simulator to Vicenza, Italy FFP Caserme Ederle Viale Della Pace, 193 36100 Vicenza, Italy FOB: Destination ITEM NO 0001AF Driver Simulator Wiesbaden, Germany FFP Child and Youth Services Mississippi Strasse Gebaeude 7790, Hainerberg Housing Area 65189 Wiesbaden, Germany FOB: Destination ITEM NO 0001AG Driver Simulator to Grafenwoehr, Germany FFP Netzaberg Village Youth Center Gebaude 9080 92655 Grafenwoehr, Germany FOB: Destination ITEM NO 0001AH Driver Simulator to Stuttgart, Germany FFP Patch Bks. Kurmarkerstr. 67 Gebaude 2347 70563 Stuttgart-Vaihingen, Germany FOB: Destination ITEM NO 0001AJ Driver Simulator to Ramstein AB, Germany FFP 435 SVS/SVYY Ramstein Teen Center Gebaeude 411 66877 Ramstein-Flugplatz, Germany FOB: Destination ITEM NO 0002 Simulators Installation FFP Set up and installation for nine driver simulators at specified delivery locations at various Garrisons in Belgium, Italy, and Germany. FOB: Destination ITEM NO 0002AA Shape's Simulator Installation ITEM NO 0002AB Mannheim's Simulator Installation ITEM NO 0002AC Kaiserslautern's Simulator Installation ITEM NO 0002AD Bamberg's Simulator Installation ITEM NO 0002AE Vicenza's Simulator Installation ITEM NO 0002AF Wiesbaden's Simulator Installation ITEM NO 0002AG Grafenwoehr's Simulator Installation ITEM NO 0002AH Stuttgart's Simulator Installation ITEM NO 0002AJ Ramstein's Simulator Installation ITEM NO 0003 12 Months OPTION On Call Maintenance Plan 1st Option Year FFP On call maintenance that ensures all simulators on this contract are in working order. Includes both software and hardware maintenance. Simulators should be in fully functional operating condition within 2 weeks of standard maintenance request or within 3 days of emergency maintenance request. Period of Performance: First anniversary to day before second anniversary date of award. FOB: Destination ITEM NO 0004 12 Months OPTION On Call Maintenance Plan 2nd Option Year FFP On call maintenance that ensures all simulators on this contract are in working order. Includes both software and hardware maintenance. Simulators should be in fully functional operating condition within 2 weeks of standard maintenance request or within 3 days of emergency maintenance request. Period of Performance: Second anniversary to day before third anniversary date of award. FOB: Destination PERFORMANCE WORK STATEMENT (PWS) Driver Simulator Purchase Set up and Maintenance 1. Installation Management Command Requires Purchase, Set up, and Maintenance for a total of eight Cabin Style Driving Simulators for realistic familiarizations of new drivers. 2. Hardware: Cabin Type Simulator that includes Drivers Seat, Realistic Driving Controls to include Brake and Clutch, Gas pedal and Gearshift. System should also include screens that provide a realistic simulation of actual driving conditions. Sound effects should be included to enhance the simulation. 3. Software should include realistic driving scenarios for both the host nation in which the Simulator is installed and United States driving simulations. If possible inclement weather scenarios should be included. 4. Setup includes complete installation to full operational capability. a. Installation will not be considered complete until an operating test conducted by the Receiving Report Authority or her representative ensures that the system is completely functional within the Hardware and Software parameters described in Paragraphs 2 and 3. b. Installation shall be completed within one week of delivery to the designated location. 5. The intent of the maintenance line items is to keep the systems at the level of operation attained during installation. Maintenance Contractor shall have the ability to bring the simulator to full operational capability within 2 weeks of any breakdown and should be able to perform emergency repair within 3 days of request when repair parts are not necessary. Maintenance contract shall include required maintenance during the first contract year with options for maintenance for two additional years. CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 ADDENDUM TO FAR 52.212-4 1. Required Delivery Time: a. The desired delivery time is 60 days but shall not be longer than 90 days after date of the Purchase Order. Offeror is requested to indicate his time of delivery below: Required Delivery Time, days after Purchase Order:___________________________ (to be completed by the offeror) NOTE: Earlier delivery at no additional cost to the U. S. Government is desired. b. No deliveries, under this requirement to Germany, Belgium and Italy shall be made on their respective delivery location on local holidays, nor on US Holidays. 2. Commercial Warranty In addition to FAR 52.212-4 (o), entitled: WARRANTY the following shall apply: a. The Contractor agrees that supplies or services furnished under this contract shall be covered by the most favorable commercial warranties of Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. b. The Contractor shall provide a copy of the applicable commercial warranty with each item covered by such a warranty at no additional cost to the Government. Period of validity: ______ months (to be inserted by the offeror). 3. Inspection and Acceptance The Receiving Activity (RA) (consignee) shall perform inspection for quality, count and condition and acceptance of supplies at destination. After completion of inspection the Point of Contact (POC) shall indicate acceptance by completing Blocks 32A, 32B, and 32C on Page 1 of the SF 1449 and mail the original acceptance document to the Finance Office listed on page 1, Block 18a and one copy to the Contract Administration Office listed on page 1, Block 16. 4. Changes The Government reserves the right to issue unilateral modifications to effect administrative changes. 5. Payment Procedures a. Four (4) copies of invoices are required. Invoices shall be submitted to the following Point of Contact for certification of acceptance of supplies/services rendered: Ms. Brenda Coffield Email: Brenda.Coffield@eur.army.mil Upon receipt, the POC shall examine the invoice for correctness. He shall return defective invoice to the Contractor. If there is any defect in the invoice or problem in the services rendered which cannot be resolved with the Contractor, the POC shall forward the invoice with an explanation of the problem for the Contracting Officers action and decision. After certification, the POC shall forward the invoice to the Finance Office for payment (for address see Block 18a of SF 1449, page1), and provide the Contract Administration Office (for address see Block 16 of SF 1449) a copy thereof. b.ELECTRONIC FUND TRANSFER: Payment for goods or services received may be made by check or by Electronic Fund transfer. In order to ensure prompt and accurate payment, your invoice must contain your bank name, address, account number and bank routing number (BANKLEITZAHL), and check remittance address. CLAUSES INCORPORATED BY FULL TEXT 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006) CLAUSES INCORPORATED BY REFERENCE 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.225-7042 Authorization to Perform APR 2003 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acqnet.gov/far/current/html/FARMTOC.html http://www.usacce.army.mil/wcc/links.htm (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 15 days prior to expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) 252.225-7041 CORRESPONDENCE IN ENGLISH (JUNE 1997) 252.229-7001 TAX RELIEF (JUN 1997) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: VAT (Germany), IVA (Italy) RATE (PERCENTAGE): Varies by country. (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) CLAUSES INCORPORATED BY REFERENCE 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.229-7002 Customs Exemptions (Germany) JUN 1997 252.229-7003 Tax Exemptions (Italy) JAN 2002 CLAUSES INCORPORATED BY FULL TEXT CCE 225-4001 INSTALLATION CLEARANCE RERQUIREMENTS (March 2005) (a) Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. (b) The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firms failure to comply with Installation Access Control (IAC) processing requirements. (c) The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. (d) AE 190-16 (and AE 190-16-G German translation) can be found on the following website: http://www.hq.usacce.army.mil/ (End of local clause) CCE 232-4001 FOREIGN VENDORS REQUESTING PAYMENT VIA ELECTRONIC FUNDS TRANFSER (March 2005) (End of Addendum) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2008) CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items NOV 2007 ADDENDUM TO FAR 52.212-1 POINT OF CONTACT Questions pertaining to this solicitation shall be submitted by email to tony.r.vanloenen@us.army.mil. DELIVERY OF OFFERS. Offers shall be delivered not later than 08:00 A.M., Central European Time (Wiesbaden, Germany) on the date set for receipt in block 8 of SF 1449 to the address in Block 9 of SF 1449. Offers may be accepted via facsimile to: 0611- 8162254 or 011- 49- 611- 8162254 (from the US) or by email to: tony.r.vanloenen@us.army.mil cc: shauna.hull@us.army.mil. Offerors must prepare and submit their offer in the following manner: 1. Signed offer with business name, address, and telephone number to include a point of contacts email address. In addition, pleased provide Taxpayer Identification Number (TIN), NCAGE Code, and DUNS number (see below)and information requested in Section 1 Required Delivery Time and Section 2 Commercial Warrany of the Addendum to FAR 52.212-4 clause above. 2. Pricing Information: Fill in amounts offered in US dollars for each item number (sub CLINs for items 0001 and 0002) using SF 1449 Continuation Sheets or similiar format. 3. Any commercial Technical Literature for products offered. Note: CCR registration is required. Visit http://www.ccr.gov/International.aspx for more information. To obtain DUNS number please call Dun & Bradstreet, Tel: 0180-586 3333 in Germany. To obtain an Nato Cage (NCAGE) Code please send an email to Logistikamt der Bundeswehr (German Army Office of Logistics) at the following email address: LOGABWKAT14@BUNDESWEHR.ORG (End of Addendum) CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Lowest Price Technically Acceptable 2. Offerors shall submit technical literature for items offered for purposes of evaluating technical acceptablity. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2007)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=511015acc1d8af29c63a1c6814e67fbe&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE
Zip Code: 09096-0741
 
Record
SN01583246-W 20080531/080529222454-511015acc1d8af29c63a1c6814e67fbe (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.