Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2012 FBO #4033
SOLICITATION NOTICE

W -- Material Handling Equipment for Central Accord 13, Douala, Cameroon

Notice Date
12/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
RCO Vicenza (PARC Europe, 409th CSB), UNIT 31401 BOX 33, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W912PF-13-T-0012
 
Response Due
12/21/2012
 
Archive Date
2/5/2013
 
Point of Contact
Judy I.-P. Biboum, (39)050-54-8363
 
E-Mail Address
RCO Vicenza (PARC Europe, 409th CSB)
(judy.biboum@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: W912PF-13-T-0012 Notice Type: Combined Synopsis/Solicitation Synopsis: 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; quotes are being requested and a written solicitation will not be issued. 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 Part 13 and as supplemented with the additional information included in this notice. The solicitation number is W912PF-13-T-0012 and this solicitation is issued as a Request For Quote (RFQ). The solicitation is unrestricted and all interested offerors shall submit written quotes (oral quotes will not be accepted). The North American Industry Classification System (NAICS) code for this project is 532490. The purpose of this combined synopsis/solicitation is to provide Material Handling Equipment (MHE) per the Performance Work Statement. Offerors are required to indicate the daily cost of the MHEs including all costs per the attached Performance Work Statement including the Contract Manpower Reporting per paragraph 11. In the Performance Work Statement for the following items. Offerors are required to indicate both the Unit Price and the Total Cost (amount of days required) for the listed Line Items per the Performance Work Statement: Item 0001 - Daily cost of Material Handling Equipment for four (4) days: 8.00 - 17.00, to complete the requirement in 3. Specific Requirements and Table 1 per the Performance Work Statement Period of Performance: Per the Performance Work Statement: 25, 27, 28 February & 1 March 2013. All quotes must be submitted to the Contracting Officer no later than 12:00PM (GMT+01:00, Rome) on December 21, 2012. 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. ****ADDENDUM ****Each offeror shall submit three (3) items: ****1. Provide a price in dollars for all contract line item(s): 0001 ****2. Provide Technical Capability: see below. ****3. Provide three (3) Past Performance Questionnaires: see below. The Government reserves the right to evaluate quotes and award a contract without discussions with offerors. 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. The following factors shall be used to evaluate offers: 1. Technical Capability of the item offered to meet the Government requirement per 3. Specific Recquirements in the PWS; 2. Past Performance: This factor will be rated acceptable or unacceptable based on three (3) Past Performance Questionnaires submitted as to whether the past performance is relevant and demonstrates successful past performance by the vendor, such as: no terminations for default, no ratings less than satisfactory by its customers/references, whether the quality of its work was satisfactory and completed in a timely manner and whether the vendor demonstrated reasonableness and cooperation during performance of the contracts. Past failure to apply sufficient tenacity and perseverance to perform acceptably is strong evidence of unacceptable past performance. In addition, failure to meet the quality requirements of a contract is a significant factor to consider in determining unsatisfactory performance. Past Performance Evaluation Ratings: Acceptable- Based on the vendor's performance record, the Government has a reasonable expectation that the vendor will successfully perform the required effort, or the vendor's performance is unknown. Unacceptable- Based on the vendor's performance record, the Government has no reasonable expectation that the vendor will be able to successfully perform the required effort. For Past Performance to be considered relevant, it must be similar in work and must be completed in the last three years from the date of this solicitation. In the case of a quote without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the vendor shall be determined to have unknown past performance. Unknown shall be considered acceptable. The Government will conduct a past performance assessment on all contracts submitted by the vendor on the attached Past Performance Questionnaire. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor's performance. The Government will consider the Past Performance information, as well as information obtained from any other sources.; and 3. Price will be evaluated for fair and reasonableness and for unbalanced pricing. Clauses included: FAR 52.212-3 Offeror Representations and Certifications - Commerical 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, applies to this acquisition; FAR 52.214-34 - Submission of Offers in the English Language; FAR 52.225-14 - Inconsistency Between English Version and Translation of Contract; FAR 52.225-17 - Evaluation of Foreign Currency Offers; FAR 52.222-50 Combat Trafficking in Persons; FAR 52.228-3 Workers' Compensation Insurance (Defense Base Act); FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.238-3 Workers Compensation Insurance; FAR 52.252-1 - Solicitation Provisions Incorporated by Reference; FAR 52.252-2 - Clauses Incorporated by Reference; FAR 52.232-8- Discounts for Prompt Payment; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-15 - Stop-Work Order; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas); DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7041 Correspondence in English; DFARS 252.225-7042 Authorization to Perform; DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States; DFARS 252.232-7008 Assignment of Claims (Overseas). CCE 233-4002 AMC - Level protest program; CCE 237-4000 Contractor Identification requirement. The following FAR Clauses under this clause are checked and are applicable to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. Please submit all quotes electronically to: Judy I.-P. Biboum at judy.i.biboum.civ@mail.mil. All responsible vendors may submit a quote, which shall be considered by the agency. In order to be awarded the contract all offerors are required to be registered in System for Award Management (SAM) found at www.sam.gov in accordance with FAR 52.204-7. To be registered in SAM, the offeror must first have a DUNS number (http://fedgov.dnb.com/webform) and NCAGE code (https://eportal.nspa.nato.int/AC135PUBLIC/scage/CageList.aspx). They are also required to complete Offeror Representations and Certifications in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Additional Documentation: 1. Performance Work Statement (PWS) 2.Past Performance Questionnaire Contracting Office Address: RCO Vicenza (PARC Africa, 414th CSB), ITALY Place of Performance: Douala, Cameroon Point of Contact(s): JUDY I.-P. BIBOUM, Contracting Officer 414th Contracting Support Brigade (Europe) Regional Contracting Office - Vicenza (Suboffice Livorno); Comando Americano Camp Darby 56018 Tirrenia (PI) ITALY Email: judy.i.biboum.civ@mail.mil Commercial: (39) 050-54-8363 Fax: (39) 050-54-8289 MAJ Katrina M. Gawlik, Contract Specialist 683RD CCT, 414TH Contracting Support Brigade Email: Katrina.m.gawlik.mil@mail.mil Commercial: (39) 0444-71-3854
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e13bf59c8d1fe16831ba69351cbcf97)
 
Place of Performance
Address: RCO Vicenza (PARC Europe, 409th CSB) UNIT 31401 BOX 33, APO AE
Zip Code: 09630
 
Record
SN02945159-W 20121209/121207234619-9e13bf59c8d1fe16831ba69351cbcf97 (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.