Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

99 -- Blanket Purchase Agreement for Field Cooks/Dining Facility Attendants

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
RCO Bavaria, Attn: AEUCC-G, Unit 28130, APO, AE 09114-8130
 
ZIP Code
09114-8130
 
Solicitation Number
W912PB-09-T-0572
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
John B. Merlette Jr., 0499641-83-8716
 
E-Mail Address
RCO Bavaria
(john.merlettejr@eur.army.mil)
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912PB-09-T-0572, is being issued as a Request for Quotation (RFQ) for responsible offerors willing to enter into a Blanket Purchase Agreement (FAR 13.303) for a period of 1 year. Period of Performance will be 1 OCT 2009 to 28 SEP 2010. This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-16. The applicable NAICS code is 722310. RCO-Bavaria, located in Grafenwoehr, Germany has a requirement to obtain Contract Cooks and Dining Facility Attendants (DFA) for support of DFAC operations in order to support field training exercises. This requirement will allow tactical units training at Grafenwoehr Training Area to obtain cooks if they do not have them or they do not bring them to the training. All resultant BPA(s) from this announcement will be for a period of one year or not to exceed (NTE) $300,000, whichever occurs first. All calls issued under the resultant BPA(s) will be limited to the Simplified Acquisition Threshold (SAT). Please see the attached Performance Work Statement for details on this requirement. Evaluation Evaluation will be made based upon low price. The Government reserves the right to award a maximum of three (3) Blanket Purchase Agreements resulting from this solicitation. The Government intends to award a Primary BPA for these services to the lowest priced responsible offeror whose quotes are the best conforming to the solicitation and will be most advantageous to the Government. The Government may award up to two additional BPAs for these services to the firms with the next lowest priced offers. The Primary BPA holder, (BPA firm with the lowest price), will be given the first opportunity to provide cooks for any tactical unit. In the event that the primary BPA Holder cannot provide Cook Services, the secondary BPA holder(s), will be given the opportunity to provide Cook Services. Required Information: (a) Price Quotes: A price quote (per hour rate) shall be provided for the following: CLIN 0001- Field Cooks for training exercises with 30 days Notice CLIN 0002- Dining Facility Attendant (DFA)with 30 day Notice CLIN 0003- Field Cooks for training exercises with 15 days Notice CLIN 0004- Dining Facility Attendant (DFA)with 15 days Notice CLIN 0005 Field Cooks for training exercises with less than 15 days Notice CLIN 0006- Dining Facility Attendant (DFA)with less than 15 days Notice All hourly rates shall be fully burdened and reflect all costs associated with providing Cooks, inclusive of labor, overhead, general and administrative costs, and profit. CLIN 7500- Contractor Manpower Reporting: This CLIN is NOT SEPARATELY PRICED. The contractor shall incorporate pricing for this CLIN into other Line Items for the initial and any possible option periods. As this is a commercial solicitation, offeror may submit alternate offers for consideration, i.e. daily and weekly rates for Cooks and Dining Facility Attendants. If an alternate offer is accepted, it will be incorporated into the resultant BPA(s). It should be noted that the terms Offerors and Quoters are used interchangeably in this announcement. (b) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size. c)Representations and Certifications: The contractor is required to complete clauses FAR 52.212-3 and DFARS 252.212-7000 and a return a copy with their quotation. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instruction to Offerors-Commercial Items; 52.212-2 Evaluation Commercial Items 52.212-3 Alt 1 Offeror Representation and Certification-Commercial Items; 52.212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. 52.214-34 Submission of offers in the English Language 52.216-1 Type of Contract 52.216-18 Ordering 52.216-19 Ordering limitations 52.216-21 ALT 1 Requirements 52.225-17 Evaluation of Foreign Currency Offers. 52.228-4 Workers Compensation and War-Hazard Insurance Overseas 52.232-19 Availability of Funds For The Next Fiscal Year 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.245-1 Government Property 52.245-2 Government Property Installation Operation Services 52.245-9 Use and Charges 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated of Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative 252.204-7004 ALT A Required Central Contractor Registration 252.204-7006 Billing Instructions 252.209-7001 Disclosure of Ownership Or Control By The 252.209-7002 Disclosure of Ownership or Control by a Foreign Government 252.209-7004 Subcontracting With Firms That are Owned or Controlled 252.212-7000 Offeror Representations And Certifications 252.212-7001 Contract Terms and Conditions 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.223-7006 Prohibition On Storage And Disposal Of Toxic 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Alt 1 Tax Relief 252.229-7002 Customs Exemptions (Germany) 252.232-7003 Electronic Submission of Payment Requests. 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications Completed copy of the Offeror Representations and Certifications found under the following provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/. Local Contract Provisions and Clauses pertaining to this solicitation in full text as follows: CCE 225-4000 AUTHORIZATION TO PERFORM SERVICES IN GERMANY (MAR 2005) Contractors performing services in the Federal Republic of Germany (FRG) shall comply with German law. The Contractor shall determine whether performance requires registration with German authorities or authorization to do business in Germany and, if so, shall comply with all requirements. Whether or not registration or authorization to do business is required, the Contractor also shall determine what documents or authorization its employees and any subcontractor employees must possess to work in Germany. The Contractor shall ensure affirmatively that its employees and subcontractor employees possess such documents or authorizations. Contractor employees who: (a) are not nationals of Germany or other European Union countries, and (b) are not members of the force, the civilian component or their dependents, and (c) do not have assimilated status under Articles 71, 72, or 73 of the Supplementary Agreement to the NATO SOFA, shall possess work- and residence-permits. By acceptance of and performance under this contract and any task orders or delivery orders issued hereunder, the Contractor affirms that it has complied with the requirements above. Compliance with this clause and German law is a material contract requirement. Noncompliance by the Contractor or Subcontractor at any tier shall be grounds for issuing a negative past performance evaluation and terminating this contract, task order, or delivery order for default. CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (MAR 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.ecc-e.army.mil/ under the library link (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: Organizational Sponsor: Location: Building No: DSN Phone No: Commercial Phone No: Installation Access Control Offices: Location: Grafenwoehr Building No: 244, Room 134 DSN Phone No: 475-8414/8415 Commercial Phone No: +49 9641 83 8414/8415 Location: Vilseck Building No:700, Room 17 DSN Phone No:476-3600/3601 Commercial Phone No:+49 9662 83 3600/3601 Location: Hohenfels (0730 1130 hours) Building No: 770 DSN Phone No:466-4015 Commercial Phone No:+49 9472 83 4015 (1230 - 1600 hours) Building No:10 DSN Phone No:466-4029 Commercial Phone No: +49 9472 83 4029 Location: Garmisch Building No:203, Room 003 DSN Phone No:440-3558 Commercial Phone No:+49 8821-7503558 CCE 232-4001FOREIGN VENDORS REQUESTING PAYMENT VIA ELECTRONIC FUNDS TRANSFER (MAR 2005) Foreign vendors requesting payment via Electronic Funds Transfer (EFT) shall provide the following information on their invoice at time of invoice submission. Only one EFT instruction per invoice is authorized. - Swift Code - BLZ or Bank Routing Number - Account Number - Bank Name - International Bank Account Number (IBAN)(if applicable) CCE 233-4000INDEPENDENT PROTEST REVIEW OFFICIAL (MAR 2005) (a) Interested parties may file agency protests, in compliance with FAR 33.103(d), directly with the Contracting Officer or may request an independent review at a level above the Contracting Officer by the Independent Protest Review Official, U.S. Army Europe. Independent review is available as an alternative to consideration by the Contracting Officer of a protest or is available as an appeal of the Contracting Officer's decision on the protest. (b) Interested parties seeking review by the Independent Protest Review Official, should so state in the agency protest or appeal, and should file the protest/appeal with the Contracting Officer. To be considered, an appeal to the Independent Protest Review Official must be received by the Contracting officer within 10 calendar days of the date on which the protester received the Contracting Officers decision on the protest. CCE.233-4002AMC-LEVEL PROTEST PROGRAM (December 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent to FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. ( CCE 237-4000 CONTRACTOR IDENTIFICATION REQUIREMENT (MAR 2005) All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their status as a Contractor is not obvious, are required to identify themselves as such to avoid being mistaken for Government officials. Contractors performing work at Government workplaces will provide their employees with an easily readable identification (ID) badge indicating the Employees name, the Contractors name, the functional area of assignment, and a recent color photograph of the Employee. Contractors shall require their employees wear the ID badges visibly when performing work at Government workplaces. Contractor personnel must also ensure that all e-mails, documents or reports they produce are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Quotes are due by 12:00 p.m. (local time, Grafenwoeher, Germany)on 28 September 2009. Contact 1LT John Merlette by email at john.merlettejr@eur.army.mil for additional inquiries. The Government reserves the right to make an award of the BPA solely on initial quotations received. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABN/DABN09/W912PB-09-T-0572/listing.html)
 
Place of Performance
Address: RCO Bavaria Attn: AEUCC-G, Unit 28130, APO AE
Zip Code: 09114-8130
 
Record
SN01969967-W 20090926/090925002213-5e6b04123ba15e5cc7411b6ba800f26d (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.