Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

U -- CIVILIANS ON THE BATTLEFIELD (ROLE PLAYERS) SHAPE, BELGIUM

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
RCO Bavaria (PARC Europe, 409th CSB), Attn: AEUCC-G, Unit 28130, APO, AE 09114-8130
 
ZIP Code
09114-8130
 
Solicitation Number
W912PB-10-R-0016
 
Response Due
2/15/2010
 
Archive Date
4/16/2010
 
Point of Contact
Robert Williams, 49-9641-83-8872
 
E-Mail Address
RCO Bavaria (PARC Europe, 409th CSB)
(robert.e.williams4@eur.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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: W912PB-10-R-0016 Notice Type: Firm Fixed Price Commercial Item Procurement This is a Firm Fixed Price 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; offers are being requested and a written solicitation will not be issued. This solicitation, W912PB-10-R-0016, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The applicable NAICS code is 541990. RCO-Bavaria, located in Grafenwoehr, Germany has a requirement to acquire 30 Civilians on the Battlefield for the 650th Military Intelligence Group (MI GRP) to facilitate scenario based training in preparation for upcoming deployments. Please see the attached Statement of work for details on this requirement. Offers are due by 10:00 noon CET (local time, Grafenwoehr, Germany) on 15-Feb-2010. All offers are to provide the minimum requirements and submissions as stated in FAR 52.212-1, Instructions to Offerors Commercial Items and attached Addenda to FAR 52.212-1. All offers are to be submitted via email to the attention of Robert E. Williams at robert.e.williams4@eur.army.mil and Rose Seiger by email at rose.seiger@eur.army.mil. Evaluation of offers will be made using the Price-Performance Tradeoff Best Value Analysis. See Attached Addenda to FAR 52.212-2. The Government reserves the right to make an award solely on initial proposals received. Offerors bear the burden of ensuring that proposals (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. All responsible sources may submit an offer which shall be considered by the agency. Prospective offers shall notify this office of their intent to submit an offer, It is the offerors responsibility to monitor this Internet site for the release of solicitation admendments (if any). Potential offers will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any). Offerors must be currently registered in the Central Contractor Registration (CCR). Further information about CCR can be accessed at http://www.ccr.gov. CLIN 0001- Role Players 650th Military Intelligence Group (650th MI GRP)for the period of 07-MAR-2010 to 13-MAR-2010. QTYUnit EachLump Sum Amount Role Players1 LUMP SUM______________ The Contractor shall provide 30 Civilian on the Battlefield to facilitate scenerio based training in preparation for upcoming deployments. Net Amount$_____________ The above prices/rates do not include VAT as the U.S. Government is exempt from the local VAT. CLIN 7500- Contractor Manpower Reporting (FFP)- Role Players Every service contract requires the Contractor to input certain contract-related data into a secure database, locateed at the following website: https//cmra.army.mil/. The reporting period for this data input is the period of performance from the date of award (and/or Task Order issuance) through 30 September of each calendar year(but not exceed 12 months in any report). The report(s) must be completed by 31 October of each calendar year. Assistance with data input should be directed to the Requiring Activity, identified herein. This CLIN is NOT SEPERATELY PRICED. The contractor shall incorporate pricing for this CLIN into other Line Items for the initial and any possible option periods. Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size; Representations and Certifications: The contractor is required to complete clauses FAR 52.212-3 and DFARS 252.212-7000 and a return a copy with their quotation. Completed copy of the Offeror Representations and Certifications found under the following provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration 52.204-9 Personal Identification Verification of Contractor 52.209-6 Protecting the Governments Interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instruction to Offerors-Commercial Items; 52.212-2 EvaluationCommercial Items. 52.212-3 Alt 1 Offeror Representation and Certification-Commercial Items; 52.212-4 Contract Terms and Conditions- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders (Dec 2009) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.225-17 Evaluation of Foreign Currency (FEB 2000) 52.228-3 Workers Compensation Insurance (Defense Base Act)(APR 1984) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this solicitation: 252.204-7004 ALT A Required Central Contractor Registration 252.204-7006 Billing Instructions 252.209-7002 Disclosure of Ownership or Control by a Foreign Government 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 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications 252.201-7000 Contracting Officers Representative(COR)(Aug 1999) As prescribed in 201.602-70, use the following clause: 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. --End of clause-- Local Contract Provisions and Clauses pertaining to this solicitation in full text as follows: CCE 225-4000 AUTHORIZATION TO PERFORM SERVICES IN GERMANY (MAR 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 (MAR 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 firms 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.ecc-e.army.mil/ under the library link (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: Organizational Sponsor: Location: Building No: DSN Phone No: Commercial Phone No: Installation Access Control Offices: Location: Grafenwoehr Building No: 244, Room 134 DSN Phone No: 475-8414/8415 Commercial Phone No: +49 9641 83 8414/8415 Location: Hohenfels (0730 1130 hours) Building No: 770 DSN Phone No:466-4015 Commercial Phone No:+49 9472 83 4015 (1230 - 1600 hours) Building No:10 DSN Phone No:466-4029 Commercial Phone No: +49 9472 83 4029 CCE.233-4002AMC-LEVEL PROTEST PROGRAM (December 2008) 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: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent to FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 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. CCE 237-4000 CONTRACTOR IDENTIFICATION REQUIREMENT (MAR 2005) All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their status as a Contractor 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 Employees name, the Contractors 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. This combined synopsis/solicitation included the following attachments that may also be found on this website: 1.Addenda to 52.212-1 2.Addenda to 52.212-2 3.Addenda to 52.212-4 4.Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f24a9e71e96b7991d6353320fa1eb8d)
 
Place of Performance
Address: RCO Bavaria (PARC Europe, 409th CSB) Attn: AEUCC-G, Unit 28130, APO AE
Zip Code: 09114-8130
 
Record
SN02055962-W 20100204/100202235734-6f24a9e71e96b7991d6353320fa1eb8d (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.