Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

Z -- Rail Road Maintenance for US owned tracks in the Kaiserslautern Area, Germany

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
Wiesbaden Contracting Center (PARC Europe, 409th CSB), ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM10T0327
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Thomas Dragolich, 0631-4115193
 
E-Mail Address
Wiesbaden Contracting Center (PARC Europe, 409th CSB)
(thomas.w.dragolich@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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart12.6, utilizing procedures outlined in FAR Subpart 15.101, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation is being issued as a Request for Quote (RFQ); solicitation number is W912CM-10-T-0327. A firm fixed price contract is contemplated. (iii) In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 July 2010. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. (iv The acquisition will be conducted as sole source justification procurement; see attachment 02 for the Justification and Approval document. The government intends to award this contract as Firm-Fixed Price. The associated NAICS code is 488210. (v) The contract line items (CLINs) for this acquisition are as follows: CLIN Item Name Qty Unit: 01 Rail road inspection and maintenance: Maintenance of Government owned siding tracks, including switches and signal systems (railroad connections to the Miesau Ammo Depot and the Kaiserslautern military area). Two semi-annual services during the performance period, details are described in the Statement of Work (SOW) which is incorporated herein. 02 Contractor Manpower Report: The Contractor shall report all Contractor manpower (to include subcontractor manpower) employed for the performance of this contract. The Contractor shall complete all required fields in the reporting system using the web address: https://contractormanpower.army.pentagon.mil/. The requiring activity will assist the Contractor with the reporting requirement as necessary. The Contractor may enter reports at any time during the reporting period, which is defined as the contract's period of performance not to exceed 12 months ending 30 September of each Government fiscal year. Reporting must be completed no later than 31 Oct following the fiscal year during which the contract is in place. Reporting must be completed for every year or part of a year for which the contract is in place. Failure to comply with this reporting requirement will result in contract termination. (vi) The technical specifications of the requirements for the items to be acquired are provided as Attachment 01 to this combined synopsis/solicitation. (vii) Period of performance will be for 12 months beginning on 1 October 2010 to 30 September 2011. Place of performance will be at the locations specified in the SOW; Reference Attachment 01, Statement of Work (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial (JUN 2008), applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (JAN 2009), shall not apply to this acquisition. (x) Additional contract requirements. 1. CCR Registration: Registration and activation in the Contractor Central Registration (CCR) (http://www.ccr.gov) shall not be required at time of quote submittal but shall be mandatory before award of contract in accordance with FAR Part 4.11, Central Contractor Registration. In accordance with FAR clause 52.204-7, Central Contractor Registration, in order to register in CCR, a firm must have a Data Universal Numbering System (DUNS) number assigned by Duns & Bradstreet, Inc. (D&B). If offeror is registered in CCR, quote shall include DUNS and Cage Code. CCR registration instructions can be accessed through the CCR website at the above URL. Offerors may obtain assistance with registration by calling 866-606-8220 or 334-206-7828, 0800-2000 Eastern time. 2. Pricing shall include all applicable charges and fees for contract completion. 3. Contractors must be capable of accepting electronic fund payment for this acquisition. 4. Additional contract clauses applicable to this acquisition are provided in the Clauses for Solicitation memorandum. 5. Information provided in quote shall be valid, for evaluation purposes, for 30 calendar days after solicitation closing. Contract shall be made based on quote and information obtained seeking clarification of items included in offer. Renegotiation after award of contract shall not be considered. 6. All charges and fees for contract completion must be included and explained within the quote. (xi) The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, ALTERNATE I (APR 2002), applies to this solicitation. The offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision and submit with the offer. (xii) In accordance with paragraph (b) (8) of the provision at 52.212-1, Instructions to Offerors Commercial, included in the quote must be a completed copy of the provisions at FAR 25.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items. (See paragraph (viii) above). (xiii) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (MAR 2009), and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial apply to this acquisition. The following clauses shall also apply, and will be included in, the resulting purchase order: FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.229-6 TaxesForeign Fixed Price Contracts DFARS 252.204-7000 Disclosure of Information; DFARS 252.204-7004, Alt A Central Contractor Registration (52.204-7) ALTERNATE DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By the Government of a Terrorist Country; DFARS 252.222-7002 Compliance With Local Labor Laws (Overseas) DFARS 252.225-7041 Correspondence in English DFARS 252.225-7005, Identification of Expenditures in The United States; and DFARS 252.229-7001, Tax; DFARS 252.232-7008, Assignment of Claims (Overseas; DFARS 252.233-7001, Choice of Law (Overseas); (xv) The clause at DFARS 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 with the following terms included: FAR 52.203-3, Gratuities (10 U.S.C. 2207); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (xvi) The following provisions apply to this acquisition. DFARS 252.212-7000 Offeror representations and certifications- Commercial items. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) CCE 225-4000 AUTHORIZATION TO PERFORM SERVICES IN GERMANY (March 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. (End of provision) 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.ecc-e.army.mil/ under the library link (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: (End of local provision) (xvii) The Defense Priorities and Allocations System (DPAS) rating is not applicable. (xviii) Offers shall be submitted no later than 10:00 AM, 7 September 2010, CET. The date and time is based on the local time in Kaiserslautern, Germany, Central European Time (CET). Offer shall be delivered electronically to the following addresses: thomas.w.dragolich@eur.army.mil AND anita.mclain@eur.army.mil. Maximum email size: 3MB per email. Offerors may submit multiple emails. (xix) The primary point of contact for this solicitation is Thomas Dragolich, who may be reached at thomas.w.dragolich@eur.army.mil. Anita.Mclain is the alternate point of contact, and may be reached at Anita.Mclain @eur.army.mil. (xx) LIST OF ATTACHMENTS: Attachment 01, Statement of Work (SOW) Attachment 02, Justification and Approval for Sole Source
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/677a80dbe8e3d5e1ca48232657be943e)
 
Place of Performance
Address: Wiesbaden Contracting Center (PARC Europe, 409th CSB) ATTN: AEUCC-C, CMR 410, Box 741 APO AE
Zip Code: 09096-0741
 
Record
SN02261032-W 20100901/100830235758-677a80dbe8e3d5e1ca48232657be943e (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.