Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

N -- Electronic Security Systems (ESS) for 52d Signal facility, Building 2319 Battalion Operations Center (BOC), on Patch Barracks in Vaihingen, Germany.

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
RCO Stuttgart (PARC Europe, 409th CSB), UNIT 30401, APO, AE 09107
 
ZIP Code
09107
 
Solicitation Number
W91WFU15T0014
 
Response Due
9/3/2015
 
Archive Date
10/27/2015
 
Point of Contact
Nathan Pauly, 497117292939
 
E-Mail Address
RCO Stuttgart (PARC Europe, 409th CSB)
(nathan.r.pauly2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
***Revised Statement of Need on 28Aug15. 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. COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION Notice Type: Combined Synopsis / Solicitation Solicitation Number: W91WFU-15-T-0014 Posted Date: 14 August 2015 Solicitation Response Date: 03 Sep 2015, 10:00 AM Central European Time. Set Aside: Full and open competition without exclusions NAICS Code: 238210 I. 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. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13.5. This announcement constitutes the only solicitation, quotes are being requested and a separate solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 12 and 13. Submit electronic quotes on RFQ reference W91WFU-15-T-0014. III. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) 2005-83. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 238210. V. This combined synopsis / solicitation is for a contract to provide Electronic Security Systems (ESS) to 52d Signal facility, Building 2319 Battalion Operations Center (BOC), on Patch Barracks in Vaihingen, Germany. List of Attachments: Attachment 1 - Statement of Need VI. Completion date for this requirement is as soon as possible or 60 days from contract award. The delivery & installation is to be performed at the below address: 52d Signal facility, Building 2319 Battalion Operations Center (BOC), on Patch Barracks in Vaihingen, Germany. VII. The provision of FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), and the attached addendum applies to this acquisition. INSTRUCTIONS TO OFFEROR - ADDENDUM TO 52.212-1 Paragraph (b) is modified to add the following requirements for submission in response to the solicitation: INSTRUCTIONS TO OFFERORS A. This is a Request for Quotes (RFQ) for commercial items under FAR parts 12 and 13. SUBMIT QUOTES TO THESE ADDRESSES: nathan.r.pauly2.civ@mail.mil heinz.h.flatzek.ln@mail.mil B. Complete the following: 1.Business name and mailing address: 2.Point of Contact information to include phone number: 3.EMAIL ADDRESS: 4.Contractors must be SAM registered https://www.sam.gov/portal/public/SAM/ prior to award. 5.DUNs Number: 6.TIN (If US firm): 7.CAGE CODE: 8. PRICE: ______________________ C. Quotes should include pictures and full descriptions of components offered, and specifications of components that, as a minimum satisfies the specifications in this solicitation. Quote shall include readily available information such as drawing(s) or schematic(s) that clearly indicate understanding of this requirement and presents a functional solution. Quote will not exceed 15 total pages, the Government will not evaluate pages in excess of this requirement. D. Addendum to FAR52.212-2 Evaluation: The Government intends to award a contract on all or nothing basis to the offeror that provides the best value, lowest priced technically acceptable offer. Technical acceptability will be based on a complete ESS Security System that meets the requirements listed in the Statement of Need. It is the Government's intent to award without discussions. 1.Late offers will be processed in accordance with FAR52.212-1(f). 2.This request doesn't commit the Government to pay costs incurred in preparation or submission of offer. 3.Any vendor identified as excluded at www.sam.gov is prohibited from receiving this award. 4. Quotes must be in the English language. F. A Site visit will be conducted on 26 Aug 2015 at 10:00 AM. Attendance at the site visit is not required to submit a proposal or for consideration of the award. Contact the contract specialist/officer at least 2 days in advance of the site visit to coordinate site access. VIII CLAUSES 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offerors representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial items 52-216-1 Type of Contract 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-14 Inconsistency Between English Version And Translation Of Contract 52.225-17 Evaluation of foreign currency offers, Using www.xe.com 52.228-3 Worker's Compensation Insurance (Defense Base Act) 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas 52.229-6 Taxes--Foreign Fixed-Price Contracts 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.252-1 Solicitation Provisions incorporated by reference 52.252-2 Clauses incorporated by reference 52.252-5 Authorized deviations in provisions 52.252-6 Authorized deviations in clauses 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure Of Information 252.204-7004 Alt A System for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7002 Disclosure of Ownership or Control By A Foreign Government 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) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief (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: MEHRWERTSTEUER/ VAT 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.(End of clause) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications 252.243-7002 Request for Equitable Adjustment 252.225-7043 Antiterrorism/Force protection policy for Defense contractor outside the United States CCE 204-4000 U.S. AND HOST NATION HOLIDAYS (March 2005) US Holidays. Work Cannot be performed on U.S. holidays occurring during the normal workweek. 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 May be performed on local Host Nation* holidays occurring during the normal workweek. * Local host nation holidays occur in the region/state where contract performance takes place. The U.S. holidays are: New Year's Day January 1st M L King Memorial Day 3d Monday in January Presidents' Day 3d Monday in February Memorial Day last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day Columbus Day 2d Monday in October Veterans' Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th 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 yearly Easter Monday varies yearly Labor Day 01 May Ascension Day varies yearly Whit Monday varies yearly Corpus Christi (Only in Baden-Wurttemberg, Bavaria, Hessen, 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 (End of local clause) 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 local clause) 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: Robert M Payne. Location: Patch Barracks DPW Building No: 2313 DSN No. 314 529-4200 Commercial Phone No: 0711 5502-4200 Installation Access Control Office: 2915 Commercial Phone No:07031-152875 (End of local clause) CCE 233-4000 INDEPENDENT PROTEST REVIEW OFFICIAL (March 2005) Interested parties may file agency protests, in compliance with FAR 33.103(d), directly with the contracting officer or may request an independent review at a level above the contracting officer by the Independent Protest Review Official, U.S. Army Europe. Independent review is available as an alternative to consideration by the contracting officer of a protest or is available as an appeal of the contracting officer's decision on the protest. Interested parties seeking review by the Independent Protest Review Official, should so state in the agency protest or appeal, and should file the protest/appeal with the contracting officer. In order to be considered, an appeal to the Independent Protest Review Official must be received by the contracting officer within 10 calendar days of the date on which the protester received the contracting officer's decision on the protest CCE.233-4002 AMC-LEVEL PROTEST PROGRAM (January 2014) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) 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. (End of local clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a80f7cc625774a8923169ea22ea4b38)
 
Place of Performance
Address: RCO Stuttgart (PARC Europe, 409th CSB) UNIT 30401, APO AE
Zip Code: 09107
 
Record
SN03862430-W 20150830/150829000248-9a80f7cc625774a8923169ea22ea4b38 (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.