Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

S -- CLEANING OF HOODS & DUCTS AVIANO & GHEDI AB - Payment Remittance Info

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
 
ZIP Code
33081
 
Solicitation Number
F1F3B10077AM002
 
Archive Date
6/30/2010
 
Point of Contact
Luisa K Zucchet, Phone: +390434304318, Francesco Saponaro, Phone: 0039 0434 30 7132
 
E-Mail Address
luisa.zucchet@aviano.af.mil, Francesco.Saponaro@aviano.af.mil
(luisa.zucchet@aviano.af.mil, Francesco.Saponaro@aviano.af.mil)
 
Small Business Set-Aside
N/A
 
Description
4th Option Period Price Quotation Forms 3rd Option Period Price Quotation Forms 2nd Option Period Price Quotation Forms 1st Option Period Price Quotation Forms Basic Period Price Quotation Forms Appendix D Performance work statement Performance work statement Payment remittance Information. COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number:F1F3B10077AM002 by 17:00 hrs (CEDST) 15 JUNE 2010. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. 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 full text. Upon request, the Contracting Officer will make their full text available. Also the full text of clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (iv) This solicitation is not set-aside or restricted. The North American Industry Classification System (NAICS) code is 561790 Contractor shall provide all manpower, tools, equipment, materials and transportation necessary to provide non personal service to perfprm CLEANING OF HOODS AND DUCTS AT AVIANO & GHEDI AB, ITALY, in accordance with the Performance Work Statement (PWS) dated 01 July 2010 - attached hereto. Duration of order period: Basic term - 01 July 2010 through 30 June 2011 plus four (4) one year options. Prices are to be inserted in the attached document identified as "Price Quotation Details". (v) FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. An addenda to this provision is attached hereto and identified as "Addenda to Provision 52.212-1" 1. Provision 52.212-1, paragraph j, the following information is hereby added for obtaining the DUNS number in Italy: DUN & BRADSTREET Via dei Valtorta 48 20127 MILANO Tel.: 02-284551 Fax: 02-28455501 2. The following information is provided for obtaining Cage Code in Italy. Note that NATO Code is synonymous to Cage Code. In order to obtain the code. The firm shall submit the required form (Questionario per l'Assegnazione del Codice NATO del Costruttore o del Fornitore) to the Contracting Officer. The form can be obtained from the Contracting Officer upon request: 3. Quotation Contents: There are three factors for evaluation (l) Technical Capability, (2) Price (3) And Present and Past Performance information. To assure timely and equitable evaluation of the quotation, the firm must follow the instructions contained herein. Firms are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an quotation being ineligible for award. Fims must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The Quotation shall consist of three (3 separate parts): Part I - Technical, Part II - Price and Part III - Present and Past Performance.: a. PART I - Technical Information (for other than host nation authority documents this volume shall be no more than 25 written pages, letter or A4 size, Font -Times New Roman or Arial 12 pitch): All Technical information shall be in Italian or English languages. Documents in other than these languages shall have an English translation attached. Non Italian firms shall furnish certificates or documentation that is equivalent to those requested of Italian firms. Technical information shall consist of the following: (1) Chamber of Commerce certificate, proving the authority of the firm to operate in the specific business sector of the instant solicitation. (2) Brief description of the Quality Control Process or ISO 9001 Certificate. (3) Firm National Fire Prevention Protection Association (NFPA) and International Kitchen Exhaust Cleaner Associations - Certified Exhaust Systems Inspector (IKECA-CESI) certifications or US/EUROPEAN equivalent. (4) List of current work commitment for the same or similar services with total portfolio amount. The list shall contain the client' name, total annual amount, brief but exhaustive description of work tasks involved to demonstrate experience of the firm with this solicited service. b. PART II - Price: Insert prices for each item in the attached "Price Quotation Details" for the basic period and options. Insert remittance information for EFT payments. c. PART III - Present and Past Performance Information (Limited to no more than 10 pages, A4 size paper With Times New Roman or Arial 12 pitch. (1) Each firm shall have no more than 1 current, recent and relevant completed performance questionnaires for work performed within the last 5 years. Should more than 1 completed questionnaire be received, the Government shall consider in its evaluation process only the one that is most recent and relevant. More Recent and relevant past performance information shall have greater weight in the past performance assessment. The firm shall have his clients complete and submit the questionnaire, directly to this Contracting Office. This information can be either hand delivered of mailed with envelopes addressed as follows: 31st CONTRACTING SQUADRON/LGCC RFQ: F1F3B10077AM002 Via Pordenone 89/b, Edificio 600 - AREA E Base Aerea di Aviano, 33081 AVIANO (PN) (vi) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), and Addenda apply to this acquisition as follows: The Government will award an order resulting from this solicitation to the responsible firm whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: (1) Technical Capability; (2) Price; and (3) Present and Past Performance. (a) Basis for Award. Government evaluation objective is to award to the responsive responsible firm whose quotation is technically acceptable and will provide the best value to the Government. Technical and past performance, when combined, are approximately equal in importance to price. This evaluation process may result in an award to other than the low quotation. 1. Technical Capability. The Government shall evaluate the technical quotation on a pass or fail basis as follows: (a) Verifying that all required documentation listed in the Addenda to 52.212-1, Instructions to Offerors for Part I technical information has been submitted by each firm. This factor is met when documentation from the firm demostrates either direct experience or ability to obtain personnel with experience in performing the services as outlined in the Performance Work Statement attached hereto. Quotes incomplete shall receive an "unacceptable" rating and shall receive no further consideration for award of the order. 2. Price. Quotations rated technically acceptable shall then be ranked by price (See also paragraph (d) below). The prices will be evaluated for realism, and reasonableness. If the lowest price technical acceptable quotation is judged to have a Substantial Confidence performance assessment, that quotation represents the best value for the Government, the evaluation process stops at this point, and award is made. a. Realism: For prices to be realistic, the overall price in an Firm's quotation must: (1) be realistic for the type of work to be performed (2) reflect a clear understanding of the requirements (3) Reflect what it would cost to perform operating with reasonable economy and efficiency. b. Reasonableness: Reasonable prices are those that, considering the type of business concern and organizational structure, reflect market conditions for the requested work and reasonable to both parties. c. The Government intends to award an order without discussions with respective firms. The Government, however, reserves the right to conduct discussions if deemed in its best interest. d. Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). f. A written notice of award or acceptance of a quotation mailed or otherwise furnished to the successful offeror within the time specified in the quotation, shall result in a binding order without further action by either party. Before the firm's specified expiration time, the Government may accept a quotation (or part of a quotation), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (end of clause) 3. Past Performance. The firm's performance will be assessed, specifically the quality and satisfaction rating for relevant contractual commitments on going or completed within the past five (5) years based on replies received from the past performance questionnaires and information obtained or available to this office, other Government offices or other private sources. Relevant performance includes performance of efforts involving services that are similar or greater in scope, magnitude and complexity that the effort described in this solicitation. In evaluating past performance, the Governments reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. Firms with no relevant past or present performance history or the firm's performance record is so limited, shall receive the rating "Unknown Confidence" meaning the rating is treated neither favorably nor unfavorably. Past performance information will be evaluated only for technical acceptable quotations and from the lowest to the highest affordable priced quotes. RATING DESCRIPTION SUBSTANCIAL CONFIDENCE The Government has high expectation that the firm will successfully perform the required effort. SATISFACTORY CONFIDENCE The Government has an expectation that the firm will successfully perform the required effort. LIMITED CONFIDENCE The Government has low expectation that the firm will successfully perform the required effort. NO CONFIDENCE The Government has no expectation that the firm will succesfully perform the required effort. UNKNOWN CONFIDENCE No performance is identifiable or the firm's performance record is so sparse that no confidence assessment rating can be reasonably assigned. (vii) Interested firms must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their respective offer. (viii) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Addenda to this clause is attached hereto and identified as "Addenda to clause 52.212-4". (ix) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 2010) (DEVIATION), applies to this acquisition. (x) The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses listed therein are applicable and included by reference: 52.203-3 Gratuities (APRIL 1984) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7024 Notification of Transportation of supply by Sea (MAR 2000) (xi) The following additional clauses and provisions apply to this solicitation and are included by reference: 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Jul 2006) 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000) 52.232-34 Payment by Electronic Funds Transfer--Other Than Central Contractor Registration 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7004 Required Central Contractor Registration - Alternate A (Nov 2003) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7000 Invoices exclusive of taxes or duties 252.229-7001 Tax Relief (June 1997) 252.229-7003 Tax Exemptions (Italy) (Jan 2002) 252.232-7008 Assignment of Claims (Overseas) (June 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.243-7001 Pricing of Contract Modifications. 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.242-9000 Contractor access to Air Force installations (Aug 2007) (xii) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xiii) Any responsible firm can submit a quotation to this agency. Quotations received will be reviewed and considered for award. (xiv) Quotations and documentation requested for evaluation purposes must reach this office no later than: 17:00 hrs (Eastern Standard Time) on 15 June 2010. Electronic transmission (e-mail or fax) of quotation and documentation is authorized. If mailed, quotations shall be addressed as follows: 31st Contracting Squadron/LGCC Via Pordenone 89/b, Area "E", Bldg 600 33081 AVIANO (PN), ITALY Quotes must be valid for a period of no less than 45 days. (xiv) The points of contact for this acquisition are Mrs. Luisa Zucchet, Tel. +39-0434-304318, Fax +39-0434-308557, e-mail: luisa.zucchet@aviano.af.mil - OR - Mr. Francesco Saponaro Tel. +39-0434-30-7132, Fax +39-0434-308557, e-mail: francesco.saponaro@aviano.af.mil Addenda to Provision 52.212-1 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price order resulting from this solicitation. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from firms, potential interested firms, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotations, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary Command Ombudsman: Mr. David Jones HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: dave.jones@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Maj Kim Arnold HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: kim.arnold@ramstein.af.mil Tel: 0049-637-147-2010, Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify quotation due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.225-9004 SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (JUNE 2006) (a) Quotations may be submitted in United States dollars or the currency accepted at the place of performance. (b) All quotations shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial quotation. (c) When a "Final Quotation Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in affect on the date set for the receipt of initial quotation. (End of Provision) Quotation Documents: Interested firms must submit the following to permit evaluation of their quotation: 1. This entire document duly fileed out for acceptance, or the "Price Quotation Details" duly completed to include the firm's name and address and a statement on company letterhead acknowledging that all documents of this combined synopsis/solicitation have been read and are accepted. 2. Technical capability documentation 3. Reference List of no more than 1 firm (including US Government agencies) with whom the firm has had prior work commitment for the same or similar requirement of this solicitation. Addenda to clause 52.212-4 The following clauses are hereby added by reference: 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Aug 2009) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.229-6 Taxes -- Foreign Fixed-Price Contracts (June 2003) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 Option to Extend the Term of the Order (Mar 2000) (a) The Government may extend the term of this order by written notice to the Firm within 30 days; provided that the Government gives the Firm a preliminary written notice of its intent to extend at least 60 days before the order expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended order shall be considered to include this option clause. (c) The total duration of this order, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) 52.222-1 Notice to the Government of Labor Disputes (Feb 1997) 52.232-18 Availability of Funds (Apr 1984) 52.242-13 Bankruptcy (Jul 1995) 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or order of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Fedral acquisition regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.201-7000 Contracting Officer's Representative (DEC 1991) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.222-7002 Compliance with Local Labor Laws (Overseas) (Jun 1997) 252.225-7041 Correspondence in English (JUNE 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 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: (Firm insert) _______ RATE (PERCENTAGE): (Firm insert)________________________ (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) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.233-7001 Choice of Law (Overseas (Jun 1997)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/31CS/F1F3B10077AM002/listing.html)
 
Place of Performance
Address: AVIANO (PN) and GHEDI (BS) Air Bases, Italy
 
Record
SN02159866-W 20100527/100525235407-6f2c4cdd3383e2994c3a55f48ba963f6 (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.