Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2015 FBO #5110
SOLICITATION NOTICE

Y -- FY16 Italy MATOC

Notice Date
11/18/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-16-R-0014
 
Archive Date
12/31/2015
 
Point of Contact
Candace Lotomau, , Delos C Halterman,
 
E-Mail Address
candace.c.lotomau@usace.army.mil, Delos.C.Halterman@usace.army.mil
(candace.c.lotomau@usace.army.mil, Delos.C.Halterman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Pre-Solicitation Notice provides the intent of the U.S. Army Corps of Engineers (USACE) Europe District to award two (2) or more Firm-Fixed-Priced (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the purpose of providing real property repair and maintenance, environmental work, force protection work, and design-build or design-bid-build construction services in the areas for U.S. Forces and/or Facilities throughout Italy. The use of the MATOC will provide the Government with a construction product delivery method that can accommodate quick and straight-forward projects, as well as some small but complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. The Government will evaluate and select, for contract award, two (2) or more qualified Offerors, whose Proposals are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Task Orders will primarily address new construction, design-build or design-bid-build, general building renovation, road and airfield pavement repair, utility work to include water, sewer, electrical, and gas, and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Project work may also include Force Protection type projects. This solicitation will cover the geographical area of Italy, which includes all U. S. Government Facilities throughout Italy. In accordance with FAR 36.3, Two-Phase Design-Build Selection Procedures, a two-phase source selection process will be used to evaluate the contractors for award. Those contractors who are considered most qualified during Phase I (not to exceed five (5) contractors) will be requested to submit the proposal requirements for Phase II. Specific evaluation criteria will be provided in the solicitation documents. The estimated cost of the MATOC is not-to-exceed US$49,999,995.00 for the life of the contract, which will consist of one (1) base year period and four (4) one(1)-year option periods. The Contract will end upon completion of the five (5) one (1) year periods (if all options are exercised) or upon attainment of the US$49,999,995.00 capacity. Individual projects issued under the MATOC will contain their own estimated values. There will be no limits on the number of task orders awarded/issued in any year. The minimum guarantee shall be $5,000.00. This amount shall cover the duration of the entire contract (Base Period and Option Periods). The Corps of Engineers, Europe District intends to advertise the solicitation for this MATOC on or about 18 Dec 2015. Only firms that the U.S. Government determines qualified will be included as a part of a Restricted Plan Holders List (RPHL). Only qualified firms on the RPHL will be invited to participate and be provided a copy of the solicitation. If the Offeror wishes to perform some of the work using subcontractors (subject to the 25% prime contractor work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors of any nationality providing they submit commitment letters from those subcontractors. The contractor may not change subcontractors without the Contracting Officer's approval. Approval will not be given unless the contracting officer, in the exercise of his/her sole discretion, considers the proposed substitute to be equal in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. All interested firms are requested to demonstrate compliance with the qualification requirements as stated below. Firms shall submit material as stated below that demonstrates the firm meets the qualification requirements, on or before 16 December 2015 no later than 1000 hrs Central European Time (CET). Phase I proposal due date will be provided to all qualified offerors at a later date. A pre-proposal site visit will be planned on a date to be determined. A firm's physical address for express mail delivery, telephone number, facsimile number, email address and the name of an English speaking point of contact MUST be provided. Firms whose submissions are received later than the time and date stated above, or firms that submit incomplete information, may not be considered. Offerors may fax, hand deliver, email, or mail the requirements of this solicitation referencing Solicitation Number W912GB-16-R-0014 to the following address: Ms. Candace Lotomau, Contract Specialist U.S. Army Corps of Engineers, Europe District Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany Email address: Candace.C.Lotomau@usace.army.mil Telephone Number: +49(0)611 9744-2819 Fax: +49(0)611 9744-2612 All interested firms are required to submit the following documentation to assist in the determination of their status as a qualified contractor: 1. A description of the teaming arrangement, as applicable, demonstrating how the potential Offeror and their proposed team meet the qualification requirements. List all firms, to include sub-contractors, that contribute toward satisfying the stated Societa Organismi D'Attestazione (S.O.A.) requirements and how the firm(s) contribute to the satisfaction of the requirement. 2. A copy of all S.O.A. certifications required for this solicitation. Offerors shall be qualified in accordance with D.P.R.34 of 25 January 2000, Regulations for the Qualification of Construction Firms in Italy, in accordance with Legislative Decree 12 April 2006 u. 163, the De Lise Code and any subsequent amendments for: Prevailing Category: a) OG 1 Industrial and Other Buildings Class IV €2.582.000 Minor Categories: b) OG 6 Water, gas and oil pipelines and irrigation and drainage works Class II €516,000 c) OG 11 Utility Systems Class II €516,000 d) OG 3 Roads, motorways, bridges, railways, underground railways. Class III €1,033,000 e) OG 12 Remediation and environmental protection works and systems Class II €516,000 3. Firms must comply with Article 38 of the De Lise Code by self-certifying the attainment of Article 38; forward the Documento Unico di Regolarità Contributiva pursuant to Article 2 of the Legislative Decree numbered 210/2002 converted into law numbered 266/2002 - containing the relevant statements form INPS and INAIL; forward a copy of the Casellario Giudiziario Certificate for each member of the firm. 4. The documentation required by Article 75 of D.P.R. 554/99 as replaced by Article 2 of D.P.R. 412/00. Note that self certification is sufficient for paragraph 1 of the law, of Article 75. Compliance with the subparagraphs (b) and (c) of paragraph 1 of Article 75 shall be demonstrated by forwarding an unexpired original or certified copy of the "Certificato Casellar Giudiziale" or "Certificato dei Carichi Pendenti." 5. All potential Offerors who are a Joint Venture shall demonstrate in a narrative how the joint venture team meets the S.O.A. certification requirement of paragraph (2). The narrative must include a description of the responsibilities in terms of the work category(ies) for each partner. For example, firm A will be performing 70% of the OG 1work; firm B will perform 30% of the OG 1 work. 6. Offerors shall with their proposal, furnish all documentation complying with the following clauses. Failure to submit any document or submitting a non-conforming document may result in rejection of the proposal in its entirety. • 52.000-4090 - Qualification of Firms Pursuant to Italian Decree DPR 00/34 • 52.000-4091 - Compliance with Italian Decree DPR 554/99 amended by Art 2 of DPR 412/00 • 52.225-4002 - Anti Mafia Law Applicable clauses are stated below: 52.000-4090 S.O.A.s-Qualification of Firms Pursuant to Italian Decree DPR 00/34 (Decreto Del Presidente Della Republica, January 25, 2000, No. 34.) (APR 2009) Offerors must comply with the requirements of D.P.R. n. 34 of 25 January 2000 and subsequent amendments. Failure to furnish the documents required by this solicitation with your proposal may be cause for elimination of your proposal from competition. Firms must furnish any additional back-up documentation requested by the contracting officer within the time period specified by the Contracting Officer. Failure to provide supporting documentation will subject the Contractor to possible termination for default of the contract. In the event the contract is terminated for default, the offeror is liable for any cost of acquiring the work that exceeds the amount of its offer, and the bid guarantee or letter of assurance or guarantee, if required under the solicitation, is available to offset the difference. Offerors must provide their S.O.A. reflecting eligibility to bid on the work solicited, by work qualification and classification. The prevailing work categories and classification are described in the pre-solicitation notice and in this solicitation. These work categories and classifications will also be described in individual task order requests for proposal and the S.O.A. demonstrating eligibility will be required to be submitted with the task order proposal. (End of Clause) 52.000-4091 Compliance with Italian Decree DPR 554/99, as amended by Article 2 of DPR 412/00 (2009). All offerors must demonstrate compliance with DPR 554/99, notably Article 75, as amended by DPR 412/00, Article 2 and compliance with Article 38 of DPR 163/06 within the timelines specified by the contracting officer. Offerors will: a) self certify the non-existence of the situations at Art. 75 of DPR 554/99 as amended by Art. 2 of DPR 412/00 and Article 38 of DPR 163/06. and b) comply by providing a "Certificato d' Iscrizione al Casellario Giudiziale" for each member of the company and a "Documento Unico di Regolaritá Contributiva" pursuant to Art. 2 of Legislative Decree n.210/2002 converted into law n. 266/2002. (End of Clause) 52.225-4002 Anti- Mafia Law Italy (2015) Pre-Award Effect of Anti-Mafia Procedures: Inasmuch as the work of this solicitation is to be performed on land owned by the Italian State, the prospective contractor will be subject to all Italian legislation concerning anti-mafia documentation, including, without limitation: Legislative Decree no. 159 of September 6, 2011, Decree of the President of the Republic no. 252 of June 3, 1998, Legislative Decree no. 490 of August 8, 1994, Law Decree No. 629 of September 6, 1982, and any subsequent anti-mafia laws, integrations and amendments. Only firms that submit the requested documentation will be considered for award. In the event that prior to award any mafia infiltration attempt is determined by the competent Prefect (Prefetto) against an offeror, pursuant to Art. 4 of Legislative Decree no. 490/1994, Art. 10 of Decree of the President of the Republic no. 252/1998, or any other anti-mafia law, no award will be made to said offeror. Furthermore, in the event that prior to award any additional information against an offeror is obtained and validated by the government or provided by the competent Prefect (Prefetto) pursuant to Art. 1, Section 7 of Law decree 629/1982, Art. 10, paragraph 9, of Decree of the President of the Republic no. 252/1998, or any other anti-mafia law, the Government may decide, at its sole discretion, that no award will be made to said offeror. Subcontractors: ALSO, the Offeror is responsible for complying with Italian Anti-Mafia laws with respect to its subcontractors; and, if necessary, requesting additional information regarding attempts of mafia infiltration from a competent Prefect (Prefetto). The Offeror agrees to provide the Government any appropriate documentation that may indicate mafia-collusion, to include, if available, results of any Prefect (Prefetto) investigations. If after award, a competent Prefect (Prefetto) determines that mafia infiltration attempts have occurred with a subcontractor, then the Offeror agrees, if requested by the Government, to promptly terminate the subject subcontract and replace the mafia-colluded subcontractor at its own cost with a compliant company. Termination: If during the life of this contract, any mafia infiltration attempt is determined by the Government to have occurred or additional information is provided by the Prefect (Prefetto) against any component of the Contractor or any Subcontractor, pursuant to Art. 1, Section 7 of Law Decree 629/1982, Art 4 of Legislative Decree no. 490/1994, Art. 10 of Decree of the President of the Republic no. 252/1998, or any other anti-mafia law, the Government at its sole discretion may consider this a failure to execute the work and may terminate the contractor's right to proceed with the work under the "Default" clause of this contract. Documentation Requirements: Contractor shall submit the following: The offeror SHALL include a "self-declaration" in accordance with DPR 445/2000, stating that "pursuant to any applicable anti-mafia law in force, none of the causes of forfeiture, suspension or prohibition set forth by Art. 67 of the Code exist with regard to all the persons involved in the subject contract." This documentation is to be included in your Price Proposal. (End of Clause) Notice to joint ventures: A provision entitled "Joint Venture Agreements" will be included in the future solicitation for this project. It states that the Joint Venture Offerors shall, with their proposal (not now) furnish an Italian notarized legal document ("Mandao") that establishes the Joint Venture. The language of this provision is included below for information: Joint Venture Offerors shall, with their proposal furnish an Italian notarized legal document ("Mandato") that establishes the Joint Venture. The Joint Venture Agreement shall take effect upon the submission of the proposal and remain irrevocable until one year (1) year after the work has been finally inspected and accepted by the Government. The Joint Venture Agreement shall include, at a minimum, the following: a) Name of firms that form the Joint Venture and the name of the Joint Venture; b) Name and title of the corporate officials signing in behalf of each party; c) Contract number; d) Description of the responsibilities in terms of work category for each partner (for example - Firm A performing 70% of OG 1) that sufficiently demonstrates how the joint venture meets the SOA certification requirements of this solicitation; e) The statement "The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government"; f) Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party. g) Relationship of the JV in terms of ownership, capital contribution, profit distribution/loss sharing; bonding responsibilities; party having overall control, etc. h) The JV agreement must show that joint venture members are jointly and severally liable for any obligations under the contract. If the Joint Venture is not organized according to Art 95 of Law 554, 21 December 1999, the U.S. Government reserves the right to review the actual Joint Venture agreement to determine its basis and compliance with applicable laws. The JV agreement presented to the Government must constitute the entire agreement between the parties concerning execution of this contract. Any side agreements, silent consortiums or other memoranda not presented to the Government with the proposal will have no validity in the execution of this contract and shall not constitute a defense against performance of contract requirements by JV partners. The USACE Europe District Contracting Office will be the sole point of contact for this solicitation. The Primary Points of Contact for this solicitation will be as follows: Contract Specialist, Ms. Candace Lotomau (Primary POC) Email address: Candace.C.Lotomau@usace.army.mil Telephone No: +49(0)611 9744-2819. Contracting Officer, Mr. Delos Halterman Email address: Delos.C.Halterman@usace.army.mil Telephone No: +49(0)611 9744-2218. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. The Government also reserves the right to not answer questions or respond to Requests for Information (RFI) after Friday, 04 December 2015 @ 1000 hours Central European Time (CET).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-16-R-0014/listing.html)
 
Record
SN03949628-W 20151120/151118234854-b1c90cde93828d4871525042b1988957 (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.