Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

J -- This is a service contract to provide repair for 42 International Organization for Standardization (ISO)containers located within the Ammunition Storage Area at USAG Vicenza, Camp Darby, Italy

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
RCO Vicenza (PARC Africa, 414th CSB), UNIT 31401 BOX 33, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W912PF-15-T-0088
 
Response Due
7/27/2015
 
Archive Date
8/31/2015
 
Point of Contact
Clinton Jacobsen, 039-050-54-8363
 
E-Mail Address
RCO Vicenza (PARC Africa, 414th CSB)
(clinton.m.jacobsen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation was amended on 7/2/2015 to reschedule the site visit and extend the response date. See the revised combined synopsis solicitation for new rates. 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. Solicitation Number: W912PF-15-T-0088 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 13 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested (RFQ) and a written solicitation will not be issued. The solicitation number is W912PF-15-T-0088 and the contract type will be Firm-Fixed Price (FFP). The solicitation is unrestricted and all interested offerors shall submit written quotes electronically as instructed below (oral proposals will not be accepted). The North American Industry Classification System (NAICS) code for this project is 811310. The purpose of this combined synopsis/solicitation is to purchase the following service: This is a service contract to provide repair for 42 International Organization for Standardization (ISO) containers located within the Ammunition Storage Area at USAG Vicenza, Camp Darby, Italy (See Attachment 1, quote mark Performance Work Statement quote mark ). Section Supplies or Services and Price: Vendors are required to indicate both the Unit Price and the Total Cost of the listed Line Items. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001 42 EACH __________ __________ Transportation and Repair of International Organization for Standardization (ISO) container in accordance with specifications of the PWS, Attachment 1 FFP FOB: Destination PURCHASE REQUEST NUMBER: 10705073 NET AMT________________________ ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 7500CMR 1 EACH _________ ________ The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2015. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. CMR per section 5.2 of the Performance Work Statement FFP FOB: Destination Purchase Request Number: PR# 10705073 NET AMT______________________ Period of Performance: Base Year: 1 Aug 15 - 31 Oct 15 Inspection and Acceptance: Services and supplies will be inspected and accepted at destination. Note to Offerors: To be awarded a government contract you MUST meet the following requirements: 1. DUNS (Dun & Bradstreet; phone: 02-28-455-379) and NCAGE (www.dlis.dla.mil/Forms/Form_AC135.asp) numbers and be registered in SAM (https://www.sam.gov/portal/public/SAM/) in accordance with FAR 52.204-7 Alt I entitled System for Award Management Registration (August 2012) 2. Complete Offeror Representations and Certifications in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Site Visit: An organized site visit will be held on 22 Jul, 2015 at 14:00 a.m. at Gate 4, Camp Darby Area, Darby Military Community, Italy. In order to participate all interested parties are invited to indicate their interest by submitting an email not later than 12:00 p.m. (noon) 13 Jul 15 to the following address: clinton.m.jacobsen.civ@mail.mil. Questions can be directed to the aforementioned email address or by telephone at +039-050-54-8363. Please indicate in your e-mail the solicitation number (W912PF-15-T-0088) and the name of the company, address, phone number, fax number, e-mail address, and name(s) of the person(s) who will be present at the site visit: first name, last name, date of birth, place of birth, type and number of identification document. The email must also include a photocopy of the identification card. Only the persons who have provided the personal data will be allowed to attend the site visit. The Guards will check the identification card at the Gate. The offerors not present on the list may be denied the entrance to the Base. Offer Due Date: All quotes must be submitted to the Contracting Officer no later than 12:00 p.m. (GMT+01:00, Rome) on 27 Jul 15. All responsible offerors may submit a quote which shall be considered by the agency. All quotes shall be submitted in English and include the company point of contact, phone number, and email address. Offerors shall submit all quotes electronically by email to: Email: clinton.m.jacobsen.civ@mail.mil The price should be submitted in EURO without IVA. 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 offeror is solely responsible for the performance of all inspection requirements and quality control. The following provisions and clauses are applicable to this procurement: 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. All quotes shall include the manufacturer, the model number, the specifications and measurements (in inches), pictures, price (US dollars or foreign currency rates), point of contact, point of contact phone number, and any payment discount terms. Each quote shall clearly indicate the capability of the items to meet all specifications. Evaluation: 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, price and other factors considered. Proposals will be evaluated for acceptability but not ranked using the following technical factor. Award will then be made on the basis of the lowest evaluated price. The following factors shall be used to evaluate offers: Factor I - Price: Price will be evaluated for fair and reasonableness and for unbalanced pricing. Factor II - Experience: This factor will be rated acceptable or unacceptable based on whether the offeror demonstrates it has experience on at least two contracts which were relevant to the scope, size and complexity of the specific requirement being procured, in accordance with the description of the requirement contained in the Performance Work Statement. The past contracts must have been completed within five years from the date of this combined synopsis solicitation or the rating will result quote mark unacceptable. quote mark Less than the required amount of experience will result quote mark unacceptable quote mark. Offerors must submit two completed forms at Attachment 4 titled quote mark Experience Questionnaire (in English) quote mark. The Government will consider this information, as well as information obtained from any other sources. The following provisions and clauses are applicable to this procurement: FAR: FAR 52.204-7, System for Award Management, FAR 52.204-10, Reporting Executive Compensation; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 - Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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; FAR 52.214-34 Submission of Offers in the English Language; FAR 52.217-8, Option to Extend Services; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-14 Inconsistency Between English Version and Translation of Contract; FAR 52.225-17; FAR 52.228-4, Workers Compensation Insurance (DBA); FAR 52.323-8, Discounts for Prompt Payment; Evaluation of Foreign Currency offers; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-15 Stop-Work Order; FAR 52.245-1 Government Property; FAR 52.245-9 Use and Charges; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference. DFARS: DFARS 252.204-7007 Alt A, Annual Representations and Certifications; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS252.222-7002, Compliance with Local Labor Laws(Overseas); DFARS252.222-7003, 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 252.225-7043, Antiterrorism /Force Protection Policy; 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: CCE 204-4000, U.S. and Host Nation Holidays; CCE-204-4004, Non-applicability of Italian Civil Code; CCE-225-4001 quote mark Installation Clearance Requirements quote mark ; CCE-233-4001 quote mark Choice of Law quote mark ; CCE 233-4002 AMC -level protest Program; CCE 237-4000 quote mark Contractor Identification Requirements quote mark ; The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil Wide Area Work Flow (WAWF) Vendor Instructions This contract will utilize Wide Area Workflow (WAWF) which is a secure Web-based system for electronic invoicing, receipt and acceptance. The WAWF application enables electronic form submission of Invoices and Government Inspection and Acceptance documents in order to support DoD's goal of moving to a paperless acquisition process. Contracting Office Address: 414TH CSB PARC AFRICA/SUBOFFICE LIVORNO VIA AURELIA, EDIFICIO 5131 ZONA DEPOSITO 56128 TIRRENIA (PISA) Place of Performance: ASA, Darby Military Community, Via Aurelia, Tombolo, PISA 56018 Point of Contact(s): Clinton Jacobsen, 39-050-54-8363 clinton.m.jacobsen.civ@mail.mil Attachments: 1. Performance Work Statement with exhibits 1-4 (Exhibit 1 - Performance Requirements Summary, Exhibit 2 - Estimated Workload Data, Exhibit 3 - Anti-Terrorism Level 1 In Italian Training Schedule, Exhibit 4 - Camp Darby ASA Access Form) 2. Standard Operating Procedure Review (& Italian), dated July 10, 2006; 3. Camp Darby/Livorno Military Community Known Hazards General List (& Italian), dated January 2011. 4. Experience Questionnaire (in English).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afce48a38bbe0e4782654c4abc684010)
 
Place of Performance
Address: ASA, Darby Military Community Via Aurelia Tombolo, PISA AE
Zip Code: 56018
 
Record
SN03785201-W 20150704/150702235423-afce48a38bbe0e4782654c4abc684010 (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.