Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

J -- Maintenance and repair service for fire pumps, electrical/diesel generators and air compressors, Darby Military Community, Italy

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
RCO Vicenza (PARC Africa, 414th CSB), UNIT 31401 BOX 33, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W912PF14T0068
 
Response Due
8/7/2014
 
Archive Date
9/21/2014
 
Point of Contact
Elisa Orsini, 0039-05054-8367
 
E-Mail Address
RCO Vicenza (PARC Africa, 414th CSB)
(elisa.orsini.ln.asc@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912PF-14-T-0068, Maintenance and repair service for fire pumps, electrical/diesel generators and air compressors, Darby Military Community, Italy. Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures for commercial information found at FAR Part 13 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912PF-14-T-0068 and this combined synopsis-solicitation is issued as a request for quote (RFQ). The solicitation is unrestricted and all interested Vendors shall submit written quotes (oral quotes will not be accepted). The North American Industry Classification System (NAICS) code for this project is 238210. The purpose of this combined synopsis/solicitation is to perform, for a period of a base year plus one option year, the performance of maintenance and repair service for fire pumps, electrical/diesel generators and air compressors. Offerors are required to indicate the unit price and the total cost for the following items: Base year 1-Perform annual maintenance service of fire pumps, electrical/diesel generators and air compressors, in accordance with Para. 1.7 and 1.7.1 of the attached Performance Work Statement Quantity 1 (job) Unit price ____________ Total amount_________ 2-Perform six months scheduled maintenance service of fire pumps, electrical/diesel generators and air compressors, in accordance with Para. 1.7 and 1.7.2 of the attached Performance Work Statement Quantity 1 (job) Unit price __________ Total amount__________ 3-Maintenance and repair of fire pumps, electrical/diesel generators and air compressors, as described in paragraphs 1.7.3 and 1.7.4 of the attached Performance Work Statement Quantity 380 (HOURS) Est. Unit price ___________ Total amount__________ 4-Material needed for the repair of fire pumps, electrical/diesel generators and air compressors, as described in paragraphs 1.7.3 and 1.7.4 of the attached Performance Work Statement. The vendors are not requested to price this line Item. This item will be priced by the Government at the time of award. The Government estimated amount for this Line Item is 15,333.64. 5-Contract Manpower Reporting: The Contractor is required to report all Contractor manpower (to include subcontractor manpower) required for the performance of this contract. The Contractor is required to completely fill in all the required fields in the reporting system using the following web address: https://cmra.army.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 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 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. Quantity 1 (Lump sum) Unit price ___________ Total amount____________ Option Year One 1-Perform annual maintenance service of fire pumps, electrical/diesel generators and air compressors, in accordance with Para. 1.7 and 1.7.1 of the attached Performance Work Statement Quantity 1 (job) Unit price ____________ Total amount_________ 2-Perform six months scheduled maintenance service of fire pumps, electrical/diesel generators and air compressors, in accordance with Para. 1.7 and 1.7.2 of the attached Performance Work Statement Quantity 1 (job) Unit price __________ Total amount__________ 3-Maintenance and repair of fire pumps, electrical/diesel generators and air compressors, as described in paragraphs 1.7.3 and 1.7.4 of the attached Performance Work Statement Quantity 400 (HOURS) Est. Unit price ___________ Total amount__________ 4-Material needed for the repair of fire pumps, electrical/diesel generators and air compressors, as described in paragraphs 1.7.3 and 1.7.4 of the attached Performance Work Statement. The vendors are not requested to price this line Item. This item will be priced by the Government at the time of award. The Government estimated amount for this Line Item is 14,800.00. 5-Contract Manpower Reporting: The Contractor is required to report all Contractor manpower (to include subcontractor manpower) required for the performance of this contract. The Contractor is required to completely fill in all the required fields in the reporting system using the following web address: https://cmra.army.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 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 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. Quantity 1 (Lump sum) Unit price ___________ Total amount____________ Period of Performance: -Base year: August 11, 2014 - August 10, 2015; -Option year one: August 11, 2015 - August 10, 2016. Quotes must be addressed to Ms. Elisa Orsini with the solicitation number W912PF-14-T-0068 no later than 2:00PM (GMT+01:00, Rome) on August 7, 2014. Proposal Copies - One electronic (CD-R or DVD-R) copy of the proposal plus one paper copy shall be submitted. This includes one original dated quote signed by an official fully authorized to bind the Vendor. The CD-ROM or DVD shall be quote mark Read Only quote mark and all documents shall be submitted in Microsoft Office (version 2007 compatible) formats or Adobe Acrobat (PDF). All responsible vendors may submit a quote, which shall be considered by the agency. Site Visit: A site visit will not be conducted for this requirement. Vendors are encouraged to submit any questions regarding this requirement by email to the following e-mail address: elisa.orsini2.ln@mail.mil Please indicate in your e-mail the solicitation number (W912PF-14-T-0068). The offeror is solely responsible for the performance of all inspection, tests requirements and quality control. The following provisions and clauses are applicable to this procurement: FAR 52.204-7 Alternate I, System for Award Management; FAR 52.212-1, Instructions to Offerors - Commercial Items. The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2 - Evaluation - Commercial Items - The addendum to paragraph (a) is as follows: 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. The following factors shall be used to evaluate offers: Price, Certifications and Past Performance. Price: The price quote will be evaluated separately from the other factors. A contract will be awarded to the Vendor who has submitted the lowest price technically acceptable. Quotes will be evaluated for fair and reasonableness and for unbalanced pricing. For evaluation purposes, the total amounts for CLIN 4 will be added to the total price for each offeror. Certifications: 1-Copy of the CCIAA certificate which shows the qualification of the firm to perform electrical works, IAW D.M. 37-2008, art. 1, letters a; 2-Copy of CCIAA certificate which shows the qualification of the bidders to execute works on equipments as generators, compressors or fire pumps; 3-Copy of ISO 9001-2008 certification (Note: the Vendors can submit the documentation showing that this certification is in process). Past Performance: Use the attached past performance questionnaire to submit up to five (5) references for similar maintenance and repair works of fire pumps, electrical/diesel generators and air compressors performed within the last three (3) years. FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 - Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition; FAR 52.214-34 - Submission of Offers in the English Language; FAR 52.217-8, Option to extend services; FAR 52.217-9, Option to extend the term of the contract; FAR 52.225-14 - Inconsistency Between English Version and Translation of Contract; FAR 52.225-17 - Evaluation of Foreign Currency Offers; FAR 52.228-4 Workers Compensation Insurance (DBA); FAR 52.233-1 Disputes; FAR 52.233-2, Service of protest; FAR 52.233-3 Protest After Award; FAR 52.252-1 - Solicitation Provisions Incorporated by Reference; FAR 52.252-2 - Clauses Incorporated by Reference; FAR 52.232-8- Discounts for Prompt Payment; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-15 - Stop-Work Order; DFARS 252.201-7000 Contracting Officer's Representative; 252.204-7007 Alt. A; 252.212-7001 Contract terms and conditions required to implement status; DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas); DFARS 252.222-7003 Permit from Italian Inspectorate of Labor; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7041 Correspondence in English; DFARS 252.225-7042 Authorization to Perform; DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States; DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001 Tax Relief; DFARS 252.229-7003 Tax Exemptions (Italy); DFARS 252.232-7008 Assignment of Claims (Overseas).CCE 204-4000 U.S. and Host nation holidays; CCE 225-4001 Installation clearance requirements; CCE 204-4004 Non applicability of Italian Civil Code (March 2005); CCE 233-4001 Choice of law-Overseas (Italy); CCE 233-4002 AMC - Level protest program; CCE 237-4000 Contractor Identification requirement. The following FAR Clauses under this clause are checked and are applicable to this acquisition: F.O.B. Destination applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, DFAR 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. In order to be awarded the contract all offerors are required to be registered in the System for Award Management and are also required to complete Offeror Representations and Certifications in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. All quotes shall include the price to include the base year (regarding the quotes submitted in Euro currency, The United States Government is exempt from payment of Imposta Valore Aggiunto (IVA) tax in accordance with DFAR 252.229-7003, Tax Exemptions, and with Article 72 of the Italian IVA implementing Decree Law 633, dated October 26, 1972. ), the certifications above mentioned and the information about the company, point of contact, point of contact phone number, GSA contract number (if applicable) and any payment discount terms. Attached documents: -Performance Work Statement; -Hazards General List; -Standard Operating Procedure; -DUVRI; -Past performance Questionnaire. Contracting Office Address: RCO Vicenza, Livorno Sub-Office, Darby Military Community, (PARC Europe, 414th CSB), UNIT 31301 BOX 10, APO, AE 09613 Place of Performance: Camp Darby, via Aurelia, 56128 Tirrenia (Pisa), Italy Points of Contact: Elisa Orsini, 39-050-54-8367 Elisa.orsini2.ln@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7bcba6545d8577c453cf987fb08bbcbb)
 
Place of Performance
Address: Camp Darby, via Aurelia, 56128 Tirrenia (Pisa), Italy UNIT 31301 BOX 10, APO AE
Zip Code: 09630
 
Record
SN03435587-W 20140725/140724000200-7bcba6545d8577c453cf987fb08bbcbb (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.