Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

R -- Strategic Communications and Operations Support - Attachment 0002 - Attachment 0001

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, George C. Marshall Center, Gernackerstrasse 2, Geb 112, Garmisch, 82467
 
ZIP Code
82467
 
Solicitation Number
HQ0236-14-T-0502
 
Point of Contact
Jacqueline Garrido, Phone: (49) (0) 8821-750-2726, Benjamin N. Hardy, Phone: 49-08821-750-2326
 
E-Mail Address
jacqueline.garrido@marshallcenter.org, benjamin.n.hardy@marshallcenter.org
(jacqueline.garrido@marshallcenter.org, benjamin.n.hardy@marshallcenter.org)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Security Certification This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP). The Defense Security Cooperation Agency (DSCA), George C. Marshall European Center for Security Studies (GCMC) in Garmisch-Partenkirchen, Germany, intends to award a commercial, firm fixed price contract resulting from this combined synopsis/solicitation which will include cost reimbursable line items for travel. All responsible sources may submit a proposal which shall be considered by the agency. The estimated award date of this requirement is on or around 29 August 2014. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73, Effective 29 Apr 2014. The applicable North American Industry Classification Standards (NAICS) code is 561110, Office Administrative Services. The small business size standard is $7.0M. DSCA GCMC intends to purchase professional non-personal services providing Operations Support and Strategic Communication services in support of PfPC Warsaw Initiative Fund (WIF) programs for Partnership for Peace Consortium of Defense Academies and Security Studies Institutes (PfPC); which is hosted by the George C. Marshall European Center for Security Studies (GCMC), a joint US Department of Defense - German Ministry of Defense located in Germany. The Partnership for Peace Consortium of Defense Academies and Security Studies Institutes (PfPC) has a mission to strengthen defense and military education of our partners through enhanced national and institutional cooperation. Operating "in the spirit of NATO's Partnership for Peace", the PfPC creates and uses networks of educators, researchers and practitioners for projects in support of stakeholder education and policy priorities, and assists PfP nations to build strong democratic defense institutions, thereby contributing to security and stability in the Eurasia region. SCHEDULE OF SUPPLIES AND SERVICES. CLIN 0001 - Operations Support Services Base Year Period of Performance: 365 days from date of award Price per month (indicate currency type): __________ X 12 months = ___________ CLIN 0002 - Strategic Communication Services Base Year Period of Performance: 365 days from date of award Price per month (indicate currency type): __________ X 12 months = ___________ CLIN 0003 - Base Year CLIN for Travel - Not-To-Exceed $28,000 (or foreign currency equivalent) for travel required in accordance with the Performance Work Statement. Reimbursement for travel expenses will be for the actual costs involved in the travel and must be supported with original receipts. Receipts are to be submitted with the contractor's invoices for payment. Airfare rates shall be limited to "Coach" fares. The Government will NOT pay for Business Class or First Class travel. All travel expenses, including lodging and meals, must be reasonable and in accordance with FAR 31.205-46. $28,000.00 for travel will be added to each offeror's price proposal for award and comparison purposes. CLIN 1001 - Operations Support Services Option Year One Period of Performance: 365 days starting upon completion of base year one Price per month (indicate currency type): __________ X 12 months = ___________ CLIN 1002 - Strategic Communication Services Option Year One Period of Performance: 365 days starting upon completion of base year one Price per month (indicate currency type): __________ X 12 months = ___________ CLIN 1003 - Option Year One CLIN for Travel - Not-To-Exceed $28,000 (or foreign currency equivalent) for travel required in accordance with the Performance Work Statement. Reimbursement for travel expenses will be for the actual costs involved in the travel and must be supported with original receipts. Receipts are to be submitted with the contractor's invoices for payment. Airfare rates shall be limited to "Coach" fares. The Government will NOT pay for Business Class or First Class travel. All travel expenses, including lodging and meals, must be reasonable and in accordance with FAR 31.205-46. $28,000.00 for travel will be added to each offeror's price proposal for award and comparison purposes. CLIN 2001 - Operations Support Services Option Year Two Period of Performance: 365 days starting upon completion of option year one Price per month (indicate currency type): __________ X 12 months = ___________ CLIN 2002 - Strategic Communication Services Option Year Two Period of Performance: 365 days starting upon completion of option year one Price per month (indicate currency type): __________ X 12 months = ___________ CLIN 2003 - Option Year Two Option CLIN for Travel l - Not-To-Exceed $28,000 (or foreign currency equivalent) for travel required in accordance with the Performance Work Statement. Reimbursement for travel expenses will be for the actual costs involved in the travel and must be supported with original receipts. Receipts are to be submitted with the contractor's invoices for payment. Airfare rates shall be limited to "Coach" fares. The Government will NOT pay for Business Class or First Class travel. All travel expenses, including lodging and meals, must be reasonable and in accordance with FAR 31.205-46. $28,000.00 for travel will be added to each offeror's price proposal for award and comparison purposes. SPECIFIC REQUIREMENTS. See the Performance Work Statement at Attachment 0001. INSPECTION/ACCEPTANCE. All inspection/acceptance activities will be performed by the Government at the Government site. PROPOSAL SUBMISSION REQUIREMENTS. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. The provision at FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition and paragraph (a) is completed as follows: 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: Factor 1. Technical Capability Factor 2. Past Performance Factor 3. Price (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. (d) The contractor must certify in their proposal that they have 12 months or more residency established in Germany or that they are a U.S. citizen. The certification, Attachment 2, must be included for each proposed personnel in order to be considered further. EVALUATION FACTORS. Factor 1, Technical Capability: Submission Requirements: The Offeror shall provide a resume and supplemental documentation which demonstrates the proposed Operations Support specialist and Strategic Communication specialists meets the minimum qualifications identified in paragraph 7 of the Performance Work Statement and has the experience necessary to perform the required tasks listed in the Performance Work Statement. Evaluation Methodology: The Government will review the experience listed in the Offeror's resume and/or supplemental documentation to determine that the proposed Operations Support specialist and Strategic Communications specialist meets the minimum qualifications identified in paragraph 7 of the Performance Work Statement and has the capability to perform the services identified in the PWS. Factor 2, Past Performance: Submission Requirements: Submission Requirements: The Offeror shall provide up to three references with full contact information for any recent (within the last 3 years) and relevant experience identified on the Operations Support specialist and Strategic Communication specialists resumes. The Offeror may also submit any supporting documentation such as letters of recommendation or past performance evaluations which indicate the level of quality of services rendered. If the proposed Operations Support specialist and Strategic Communications specialists previously performed under a US Government contract, the Offeror shall identify the contracting agency and number for the contract(s). Evaluation Methodology: The Government will evaluate the recency, relevancy, source of the information, context of the data, and general trends in the proposed Operations Support specialist and Strategic Communication Specialist's past performance. The Government will review all past performance documentation received and may contact references to verify quality of previous Operations Support and Strategic Communication services provided to determine the extent to which the Offeror will successfully perform the requirements of this contract. The Government may also consult other sources such as the Contractor Performance Assessment and Reporting System (CPARS). Factor 3, Price: Submission Requirements: The Offeror shall enter a price per month for Operations Support and Strategic Communication services for the Base Period and all Option Year CLINs. All prices shall indicate the currency type. Evaluation Methodology: The Government will evaluate proposals for award purposes by adding the total price for the base period and all option years to determine the total proposed price for the requirement. All prices, including options, will be evaluated for reasonableness in accordance with FAR 52.225-17, Evaluation of Foreign Currency Offers, as necessary. SELECTION DECISION. This acquisition will use trade-off analysis to make a best value selection decision. As such, the Government may award a contract to a contractor who has not proposed the lowest price or the highest rated technical submission. After a review of the required Attachment 2 certification, proposals will be evaluated based on the stated evaluation factors. Technical Capability and Past Performance factors are of equal importance. When combined, all technical factors are significantly more important than Price. The clause at 52.212-4, Contract Terms and Conditions -Commercial Items applies to this acquisition and is incorporated by reference. ADDITIONAL CLAUSES INCORPORATED BY REFERENCE. 52.203-3 Gratuities 52.203-6 (ALT I) Restrictions on Subcontractor Sales to the Government 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Double-Sided on Recycled Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-14 Inconsistency Between English Version And Translation Of Contract 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representations and Certifications 52.232-7-Payments Under Time and Materials and Labor-Hour Contracts 52.232-18 Availability of Funds 52.232-20 - Limitation on Cost 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to the Compensation of Former DoD Officials 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting 252.204-7003 Control Of Government Personnel Work Product 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.222-7002 Compliance With Local Labor Laws (Overseas) 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.232-7008 Assignment of Claims (Overseas) 252.233-7001 Choice of Law (Overseas) 252.243-7002 Requests for Equitable Adjustment ADDITIONAL CLAUSES INCORPORATED IN FULL TEXT. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). X Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 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 here under shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract period of performance. 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 prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend no later than 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 42 Months. 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using http://www.xe.com in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: GCMC, Contracting Division Attn: Jacqueline S. Garrido Gernackerstrasse 2 82467, Garmisch Partenkirchen, Germany (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 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://www.deskbook.osd.mil http://www.farsitehill.af.mil http://www.arnet.gov/far 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (a) Definition."Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlyingareas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing ortraveling outside the United States under this contract, shall- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a nontransitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from (DAMO-ODL)/ODC SOP: Telephone DSN 225-8491 or Commercial (703) 695-8491 and the GCMC Security Office. 252.229-7001 TAX RELIEF (JUNE 1997) - ALTERNATE I (JUNE 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: (Mehrwertsteuer) RATE (PERCENTAGE): (19%) (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. (d) Tax relief will be claimed in Germany pursuant to the provisions of the Agreement Between the United States of America and Germany Concerning Tax Relief to be Accorded by Germany to United States Expenditures in the Interest of Common Defense. The Contractor shall use Abwicklungsschein fuer abgabenbeguenstigte Lieferungen/Leistungen nach dem Offshore Steuerabkommen (Performance Certificate for Tax-Free Deliveries/Performance according to the Offshore Tax Relief Agreement) or other documentary evidence acceptable to the German tax authorities. All purchases made and paid for on a tax-free basis during a 30-day period may be accumulated, totaled, and reported as tax-free. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract 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 Federal Acquisition Regulation Supplement clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. CCE 204-4000 U.S. AND HOST NATION HOLIDAYS (MARCH 2005) US Holidays: Work Shall Not be performed on U.S. holidays occurring during the normal workweek unless otherwise directed by the contracting officer. When a U.S holiday occurs on a Saturday or a Sunday, the holiday is observed on the preceding Friday or following Monday, respectively. Host Nation Holidays: Work Shall be performed on local Host Nation* holidays occurring during the normal workweek unless otherwise directed by the contracting officer. * Local host nation holidays occur in the region/state where contract performance takes place. The U.S. holidays are: The Netherlands holidays are: New Year's Day January 1st New Year's Day 01 January M L King Memorial Day 3d Monday in January Good Friday Varies yearly Presidents' Day 3d Monday in February Easter Monday Varies yearly Memorial Day last Monday in May The Queen's Birthday 30 April Independence Day July 4th Labor Day 1st Monday in September Ascension Day Varies yearly Columbus Day 2d Monday in October Whit-Monday Varies yearly Veterans' Day November 11th Christmas Day 25 December Thanksgiving Day 4th Thursday in November Boxing Day 26 December Christmas Day December 25th The Belgium holidays are: Luxembourg holidays are: New Year's Day 01 January New Year's Day 01 January Easter Monday varies yearly Carnival Monday varies yearly Labor Day 01 May Ascension Day varies yearly May Holiday 01 May Bank Holiday varies yearly Ascension Day varies yearly Whit-Monday varies yearly Whit-Monday varies yearly National Independence Day 21 July National Holiday 23 June Assumption 15 August Assumption 01 November All Saints Day 01 November All Souls' Day 02 November Armistice Day 11 November Christmas Day 25 December Dynasty Day varies yearly Christmas Day 26 December Christmas Day 25 December Boxing Day 26 December The German national and local holidays are: New Years Day 01 January Three King's Day (Only in Baden Wurttemberg and Bavaria) 06 January Good Friday Varies Easter Monday Varies Labor Day 01 May Ascension Day Varies Whit Monday Varies Corpus Christi (Only in Baden-Wurttemberg, Bavaria, Hessen, Varies Nordrhein- Westphalia,Rhineland-Palatinate and Saarland) Assumption Day (Only in Saarland and Roman Catholic 15 August areas of Bavaria) Day of German Unity 03 October All Saints' Day (Only in Baden-Wuerttemberg, Bavaria, 01 November North Rhine-Westphalia, Rhineland Palatinate and Saarland) 1st Christmas 25 December 2nd Christmas Day 26 December 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. CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (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 firm's 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/ (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: Organizational Sponsor: Designated COR or ACOR Location: TBD Building No: TBD DSN Phone No: TBD Commercial Phone No: TBD Installation Access Control Office: IACS Location: Breitenauerstr. 16 Building No: 203 DSN Phone No: 4403-558 Commercial Phone No: 08821-750 3 558 CCE 225-4003 NOTICE OF CONTRACTOR RESPONSIBILITY TO HOST NATION (MARCH 2005) This is a non-personal service contract with an individual acting as an independent contractor. As such, the contractor is not an employee of the U.S. Government and it is solely the contractor's responsibility to determine his/her reporting and payment responsibilities under Host Nation tax and labor laws. Status as a member of the U.S. Forces under the NATO SOFA Supplementary Agreement does not in itself relieve the contractor of responsibilities under Host Nation laws. Contractor should consult appropriate authorities and advisors on these matters. Department of Defense military and civilian personnel will not provide advice in these matters. Contractor shall hold harmless the U.S. Government for any liability that may arise from the contractor's noncompliance with Host Nation laws. CCE 232-4001 FOREIGN VENDORS REQUESTING PAYMENT VIA ELECTRONIC FUNDS TRANSFER (March 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 237-4000 CONTRACTOR IDENTIFICATION REQUIREMENT (March 2005) All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status 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 employee's name, the contractor's 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. CLOSING RESPONSE DATE AND SUBMISSION SUMMARY. In order to be considered for award, offerors shall submit the required documentation in response to this announcement as follows: 1. Offers must be submitted via email no later than EST (United States), by the time and date and to the points of contact listed in this notice. 2. Furnish Representation and Certifications: The Offeror must either (1) complete the applicable Representation and Certifications through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov or (2) a provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (ALT I), DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items, and FAR 52.209-5, Certification Regarding Responsibility Matters, and DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law and submit with the proposal. 3. Factor 1 and Factor 2: Submit resumes and references including full contact information with any supporting documentation as requested in Factor 1 and Factor 2 above. 4. Factor 3: Submit Firm-Fixed Price information for CLINs 0001, 0002, 1001, 1002, 2001 and 2002 as listed in Factor 3 above. Further details regarding the requirement can be found in the attachments to this notice. Attachment 0001 - Performance Work Statement Attachment 0002 - Security Requirement Certification Exhibit A - Definitions of Proficiency for MS Word, MS Excel and MS Power Point Exhibit B - Performance Requirements Summary Exhibit C - Sample COR Consideration (Deductions) Worksheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/GCMC/HQ0236-14-T-0502/listing.html)
 
Place of Performance
Address: Gernackerstrasse 2, Garmisch-Partenkirchen, 82467, Germany
 
Record
SN03437318-W 20140726/140724235912-737dc32ae3fd0445dac752255e843b43 (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.