Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

Z -- Consolidated Facilities Operation & Maintenance (O&M) Services, Minor Repair & Construction, Grounds Maintenance and Snow & Ice Removal Services at Germersheim, Gruenstadt & Coleman Barracks, Germany

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
TCC-Kaiserslautern (PARC Europe, 409th CSB), KO DIRECTORATE OF CONTRACTING, UNIT 23156, APO, AE 09227
 
ZIP Code
09227
 
Solicitation Number
W564KV15R0005
 
Response Due
8/14/2015
 
Archive Date
9/13/2015
 
Point of Contact
mary.harding, +49 631-4115574
 
E-Mail Address
TCC-Kaiserslautern (PARC Europe, 409th CSB)
(mary.j.harding8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
CHANGE 14 - 1) Attached are five (5) revised Technical Exhibits for Coleman Barracks that are hereby incorporated into the draft RFP. The previous Technical Exhibits for those same items are deleted in their entirety. 2) The Technical Exhibit for Water Systems for Coleman Barracks is added herein. --- END OF CHANGE 14 --- CHANGE 13 - Draft RFP revised to add local and DFARS clauses. DD254, Ordering Guide and list of CDRLs will be forthcoming. --- END OF CHANGE 13 --- CHANGE 12 - Draft RFP attached herein. Please email all your questions or comments to mary.j.harding8.civ@mail.mil. --- END OF CHANGE 12 --- CHANGE 11 - 1) Technical Exhibits for Germersheim and Gruenstadt are attached herein. 2) Please be advised Technical Exhibits for GR and GAD Lightning Protection Groundings were inadvertently posted twice on a previous SSS amendment. --- END OF CHANGE 11 --- CHANGE 10 - Technical Exhibits for Germersheim and Gruenstadt are attached herein. --- END OF CHANGE 10 --- CHANGE 9 - Technical Exhibits (TEs) for Germersheim and Gruenstadt are attached herein. Additional TEs for these 2 installations will be forthcoming on Change 10. --- END OF CHANGE 9 --- CHANGE 8 - 1) Technical Exhibits (TEs) for Coleman Barracks are attached herein. 2) 20 April 2015 (Monday) Site Visit to Germersheim, Gruenstadt & Coleman Barracks: All attendees are to meet Government representatives at the Gruenstadt AAFES Depot Main Gate at 0900 HRS. Government personnel will be riding on a shuttle to the 3 installations, and prospective offerors will be required to follow the shuttle in their respective vehicles and stay with this convoy throughout the visits at all locations. 3) 22 April 2015 (Wednesday) Pre-Solicitation Conference at 1000 HRS. Meeting will be held at the DPW Conference Room, Bldg #164 at Rhine Ordnance Barracks (ROB), Kaiserslautern 67657. Government contracting and technical personnel will discuss the solicitation, Performance Work Statement (PWS) and technical exhibits/attachments, and answer questions from offerors. Offeror attendees who participate in the 20 April 2015 Site Visits, will have their names automatically submitted to the ROB Security Office for access to this Pre-Solicitation Conference. 4) Ms. Harding will be off work from 13 - 17 April 2015. Therefore, please email Site Visit/Pre-Solicitation Conference attendee names and required contact details to Ms. Mo Williams at morild.williams2.ln@mail.mil. Ms. Williams' telephone number is +49-(0)631-411-5186. All prospective attendees must have their contact information to Ms. Williams no later than 1400 HRS Central European Time (CET) on 16 April 2015. 5) Contract Line Items (CLINs) that were previously designated as Time and Material (T&M) are now changed to Unspecified Contract Type and Subject to Negotiation (meaning, the contract-type of that CLIN and resultant task order could end up being FFP or Cost depending on the features of the emergency repair requirement. --- END OF CHANGE 8 --- CHANGE 7 - The following information will be added to the solicitation's Section C/PWS and/or Section H/Special Contract Requirements or other applicable section of the RFP: 1) The Project Manager is to work only on this one Government contract during the life of this contract. The Project Manager's labor hours or salary shall not be simultaneously charged to, or utilized under, a different and separate US Government contract. 2) The contractor is responsible for regularly, properly and adequately inspecting and maintaining facilities, sites and equipment under this contract's firm-fixed-price CLINs 0001, 1001 and 2001. The contractor will not be authorized to charge for, invoice, or request a service order or IJO for repair or maintenance requirements that should have been covered under the firm-fixed-price CLINs of 0001, 1001 or 2001 and which the contractor did not regularly, properly and adequately inspect and maintain under the aforementioned CLINs. 3) Warranty of contractor's services performed, goods/products/deliverables provided and/or construction projects completed, will be two (2) years from the date of Government acceptance of those items/entities. 4) The contractor is not to start or execute any in-scope or out-of-scope work requirements or actions directed or requested by an unauthorized US Government official or representative. If the contractor is unsure as to which Government entity has authority for directing work or obligating funds under this contract, the contractor should inquire with the Contracting Officer. 5) The Government may request any supporting data or documentation deemed necessary from the contractor in order to substantiate contractor invoice, proposal or work/ progress status information. 6) Any required replacement parts, as-built drawings, technical notes, technical or equipment manuals, etc. will be provided to the Government upon completion of the requirement, service order or IJO. 7) Question from prospective offeror: Can you tell me if there is an incumbent contractor currently performing work for solicitation # W564KV15R0005? If so, could you please provide their company name and contract number? Answer: There are several, different incumbent contractors currently, or had previously, performed different aspects of what will be on this new contract. To avoid having to work with different contractors for O&M, Grounds Maintenance and Snow/Ice Removal at 3 different sites, the requirement was combined into this one new consolidated contract. --- END OF CHANGE 7 --- CHANGE 6 - The following information are incorporated herein: 1) The Government is intending to conduct a Pre-Solicitation Conference (as opposed to the previously planned Pre-Proposal Conference) and Site Visit to Germersheim, Gruenstadt and Coleman Barracks. This Pre-Solicitation event is scheduled for Monday, 20 April 2015, from 0800 to 1500 HRS. 2) Interested firms are requested to submit names to mary.j.harding8.civ@mail.mil of no more than 3 representatives per company. Also, please provide the Fuhrerschein # and Personalausweis # of each German National attendee or the equivalent of these 2 picture ID cards if the individual is from a different European Union country. If the attendee is a U.S. citizen or U.S. Permanent Resident, please provide the individual's Passport # (or Green Card #, if applicable) and U.S. Driver's License # and Issuing State. 3) The 0800 meeting location will be at either Gruenstadt or Germersheim (exact location to be provided on a forthcoming synopsis amendment). Please also provide the Vehicle Registration # of the vehicle(s) that will be used by attendees. 4) Prospective offerors are urged to start submitting questions regarding the Draft Performance Work Statement (PWS) or procurement process to mary.j.harding8.civ@mail.mil, so that the Government can start providing answers, clarifications and/or making any necessary changes to the Draft PWS/Draft RFP. --- END OF CHANGE 6 --- CHANGE 5 - The following information are incorporated herein: 1) Question from an Interested Firm: Do you have the details for the Pre-Proposal / Site Visit? I didn't see them in yesterday's post. Answer: Internally, the Government still has a few actions that have to take place before we can move forward with the issuance of the RFP and other milestone events. So, more than likely, the Pre-Proposal Conference/Site Visit milestone will move to the right. 2) The weblink to the Annual OPSEC Awareness Training required of contractor employees is: http://cdsetrain.dtic.mil/opsec/. This information will be added to the Security section of an upcoming, updated PWS. 3) Additional information on requirements for Coleman Barracks, such as equipment type, quantities, etc. will also be added to the upcoming revised PWS. 4) Technical Evaluation Factors under Section M of the RFP will be the following: a. Technical Capability - MOST important of the 3 technical evaluation factors b. Management Capability - equal to Past Performance in importance c. Past Performance - equal to Management Capability in importance All 3 technical evaluation factors, when combined, are approximately equal in importance to cost or price proposed. --- END OF CHANGE 5 --- CHANGE 4 - Draft PWS attached herein. --- END OF CHANGE 4 --- CHANGE 3 - Revision to SSS of 23 FEB 2015 are as follows: 1) This will be a best value, negotiated procurement using Trade-off source selection procedures pursuant to FAR 15. 2) CLINs for the RFP will be as follows: 0001 O&M, Scheduled Inspections & Preventative Maintenance Services at Germersheim & Gruenstadt 0002 Service Orders for Scheduled Work (Hours between 0700 - 1600, Monday - Friday) 0003 Service Orders for Emergency Requirements (Hours between 1601 - 0659, Mon - Sun) 0004 Grounds Maintenance Services at Germersheim and Gruenstadt 0005 Snow and Ice Removal Services at Germersheim and Gruenstadt 0006 Individual Job Orders (IJOs) - Separately Approved/Awarded Orders for Within-Scope Work Valued at from 3001 to 50,000 Euros Per Order 0007 Purchase of Material to Support Contracted Services and Construction 0008 Facilities Operations & Maintenance Services, Minor Construction, Grounds Maintenance & Snow and Ice Removal Services at Coleman Barracks 0009 Contractor Manpower Reporting Application (CMRA) - Not Separately Priced (NSP) 3) Draft Performance Work Statement (PWS) to be posted on FedBizOpps on 16 March 2015. --- End of CHANGE 3 --- CHANGE 2 - Additions to Sources Sought Synopsis of 03 FEB 2015 and CHANGE 1 posted on 04 FEB 2015, are as follows: 1) The proposed IDIQ will be for a base year; 2 option years thereafter; plus, a 6-month extension option invoked only upon the exercise of FAR clause 52.217-8. 2) Based on the capability statements received, this will be a best value, negotiated procurement using Lowest Price, Technically Acceptable (LPTA) source selection procedures pursuant to FAR 15. 3) Question from an Interested Firm: I was hoping you might be able to confirm with me if the solicitation for the effort above remains anticipated to be released in February 2015? If not, do you anticipate a new release timeframe? Answer: Please read #4 below. 4) TENTATIVE Procurement Milestone Dates are changed as follows: RFP Issuance: 2nd week of March 2015 Pre-Proposal Conference & Site Visits: 3rd week of March 2015 RFP Closing Date: 15 April 2015 Contract Award Date: 4th week of April 2015 Period of Performance Start Date of Task Order 0001: 04 May 2015 Post-Award Conference at Kleber Kaserne, Kaiserslautern: 07 May 2015 --- End of CHANGE 2 --- CHANGE 1 - Additions to originally posted Sources Sought Synopsis of 03 FEB 2015, are as follows: 1) Question from an Interested Firm: quote mark Is the (capability) statement required before the complete solicitation is posted on the FBO-site? If yes, until when do you want us to submit subject statement? Answer: Please submit your capability statement to mary.j.harding8.civ@mail.mil no later than midnight, 12 Feb 2015, Central European Time (CET). These capability statements will be reviewed to determine the competition environment (i.e., how many qualified and capable offerors could potentially compete for this requirement). 2) Only pre-authorized materials over a certain dollar threshold (to be stated in the Performance Work Statement) will be purchased under CLIN 0006 and its associated outyear CLINs (1006, 2006, etc.). 3) Operation, maintenance, inspection and repair of the gas-fired, high pressure-heating plant at AAFES Depot Gruenstadt will not be covered under this contract. The original Sources Sought Synopsis of 03 FEB 2015 follows: The 409th Contract Support Brigade's Theater Contracting Center (TCC) intends to issue a Request for Proposal (RFP) for a consolidated Indefinite Delivery Indefinite Quantity (IDIQ) contract with Time & Material (T&M) contract line items CLINs) to provide facilities operations and maintenance services, minor construction and repair projects, grounds maintenance services and snow and ice removal services at various locations and facilities within U.S. Army Garrison Rheinland-Pfalz installations Germersheim Army Depot, AAFES Gruenstadt Depot and Coleman Barracks - Mannheim in Germany. There is presently no incumbent, stand-alone, consolidated contract for these requirements. 1. This will be a best value, negotiated procurement using source selection procedures pursuant to FAR 15. Technical evaluation factors will be 1) Technical Capability; 2) Management Capability; and, 3) Past Performance. Price Proposals will be evaluated for price reasonableness and price realism. 2. The proposed IDIQ will be for a base year; 4 option years thereafter; plus, a 6-month extension option invoked only upon the exercise of FAR clause 52.217-8. The cost of the 6-month option under 52.217-8 shall be included in the evaluation of the offeror's price proposal. 3. Proposed CLINs for the RFP are as follows: 0001 O&M, Scheduled Inspections & Preventative Maintenance Services at Germersheim & Gruenstadt 0002 Service Orders for Scheduled Work (Hours between 0700 - 1600, Monday - Friday) 0003 Service Orders for Emergency Requirements (Hours between 1601 - 0659, Mon - Sun) 0004 Grounds Maintenance Services at Germersheim and Gruenstadt 0005 Snow and Ice Removal Services at Germersheim and Gruenstadt 0006 Purchase of Material to Support Contracted Services and Construction 0007 Facilities Operations & Maintenance Services, Minor Construction, Grounds Maintenance & Snow and Ice Removal at Coleman Barracks 0008 Contractor Manpower Reporting Application (CMRA) - Not Separately Priced (NSP) 4. TENTATIVE Procurement Milestone Dates: RFP Issuance: 3rd week of February 2015 Pre-Proposal Conference & Site Visits: 1st week of March 2015 RFP Closing Date: 25 March 2015 Contract Award Date: 3rd week of April 2015 Period of Performance Start Date of Task Order 0001: 01 May 2015 Post-Award Conference at Kaiserslautern: 04 May 2015 5. Interested firms must have, at time of RFP closing date, all required and applicable business registration, licenses and certifications required to do business in Germany. Contract awardee must be able to start contract performance on Day 1 of the contract's period of performance. 6. All interested firms should provide a Capability Statement via email to Ms. Mary Harding at mary.j.harding8.civ@mail.mil. The Capability Statement can be in any format, and must include the number of years performing the requirements of the proposed contract (either as a prime contractor or subcontractor); a brief description of experience and qualifications performing O&M, Grounds Maintenance, Snow/Ice Removal & Minor Construction for the US Government, NATO and/or the commercial sector; and, contact details of main company official representing the company for this procurement. 7. For any other questions regarding this procurement, please email Ms. Harding at mary.j.harding8.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8cce3fafde3e696b7ae6cdd59caf6ef9)
 
Place of Performance
Address: TCC-Kaiserslautern (PARC Europe, 409th CSB) KO DIRECTORATE OF CONTRACTING, UNIT 23156 APO AE
Zip Code: 09227
 
Record
SN03795807-W 20150716/150714235021-8cce3fafde3e696b7ae6cdd59caf6ef9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.