Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
MODIFICATION

W -- AFSB rental of crane, Darby Military Community, Italy

Notice Date
5/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 414th CSB (W912PF) Vicenza, UNIT 31401 BOX 33, APO AE, 09630, Italy
 
ZIP Code
00000
 
Solicitation Number
W912PF-16-R-0013
 
Point of Contact
Elisa Orsini, Phone: 0039050548367
 
E-Mail Address
elisa.orsini2.ln@mail.mil
(elisa.orsini2.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis-solicitation has been modified on May 20, 2016, in order to include an additional NOTE under CLIN 0002; in addition the due in date has been postponed through June 6, 2016, 12:00PM (GMT+01:00, Rome). Solicitation Number: W912PF-16-R-0013 AFSB rental of crane, Darby Military Community, Italy Notice Type: Combined Synopsis/Solicitation Synopsis: (i) 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 13 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W912PF-16-R-0013 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-87-2 / 04-06-2016. (iv) This part, except for Subpart 19.6, applies only in the United States or its outlying areas. This procurement is not a set-aside. The associated NAICS code is 532120. (v) The purpose of this combined synopsis/solicitation is to perform, for a period of base year (twelve months) plus the option to buy, the performance of rental of crane as described in the attached Performance Work Statement. Offerors are required to indicate the unit price and the total cost for the following items. 0001-Monthly rental of electrical truck crane without operator, in accordance with (IAW) the attached Performance Work Statement. Quantity 12 Unit of issue: months Unit price ____________ Total amount_________ NOTE: A)the Government can exercise the option to buy the crane before the twelve months period expires; B)the Government is not obliged to use the entire twelve months period for rental; C)the Government could exercise the option to extend the rental service, but the total extension of the performance shall not exceed six months, as per the below attached FAR clause 52.217-8 “Option to extend services”. 0002- Option to buy the electrical truck crane provided by Contractor. NOTE: A two years warranty period must be granted from the date of final acceptance of the crane. ADDITIONAL NOTE: the total cost of the months utilized for the monthly rental service (CLIN 0001) will be deducted from the total amount priced by the Vendor for the option to buy (CLIN 0002). Quantity 1 Unit of issue: each Unit price ____________ Total amount_________ 7500-Contract Manpower Reporting, in accordance with (IAW) para. 1.10 of the attached Performance Work Statement: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on “Department of the Army CMRA” or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on “Send an email” which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component’s CMR website. Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ (vi) Description of the requirements for the items being required: The purpose of this combined synopsis/solicitation is to perform the following service: rental of crane, Darby Military Community, Italy within the areas used by the 405th AFSBn – Africa – located in Camp Darby, Tirrenia (Pisa), Italy. (vii) Dates and places of delivery and acceptance and FOB point: Required Period of Performance: determined upon contract award. Location: The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. (viii) The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Offerors are reminded that to be awarded a government contract you MUST possess a DUNS (Dun & Bradstreet; phone: 02-28-455-379) and NCAGE (www.dlis.dla.mil/Forms/Form_AC135.asp) numbers and be registered in SAM (https://www.sam.gov/portal/public/SAM/) in accordance with FAR 52.204-7 Alt I entitled System for Award Management Registration (August 2012). (ix) The provision at 52.212-2, Evaluation — Commercial Items, applies to this acquisition. 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: Price. 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. An assessment of the completeness, balance, and reasonableness of each proposed price will be made. The U.S. Government will evaluate the price proposals to ensure a fair and reasonable price by using one or more of the following price analysis techniques: Comparison of proposed prices received in response to the solicitation; and/or Comparison of proposed prices with the independent U.S. Government estimate; and/or Comparison of proposed prices with available historical information; and/or a price realism analysis for the purpose of assessing an offeror’s understanding of the requirements and the risk inherent in an offeror’s proposal; and/or obtaining information/reports from Defense Contract Audit Agency or other outside agencies as required. Unrealistic or unreasonable pricing may cause a proposal to be determined unacceptable. Documentation requested for the responsibility determination: A- Copy of the DURC. The offeror shall provide with the proposal a copy certified and not older than ninety (90) days at the time set for the receipt of the offer of the DURC. Self-certifications are not allowed. The document MUST include the following statement otherwise the proposal will be rejected “Con il presente documento si dichara che l’impresa RISULTA REGOLARE ai fini del DURC”. B- Copy of “Dichiarazione di non essere oggetto di provvedimenti di sospensione o interdittivi di cui all’art. 14 del D.Lgs. 81-2008. C- Copy of the Certificate of the Chamber of Commerce (Certificato di Iscrizione alla Camera di Commercio, CCIA (ordinario)). The offeror shall provide with the proposal a copy certified and not older than two (2) months at time set forth for the receipt of the offer. (x) In accordance with Subpart 4.12-Representations and Certifications; 4.1201 Policy. (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration (see FAR 4.1102). (b)(1) Prospective contractors shall update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM. (xi) The provision at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The specific FAR clauses listed in this applicable to this acquisition are identified under the “Additional contract requirements” paragraph, below. (xiii) Additional contract requirements: a) Site Visit: The site visit will be held on May 19, 2016, 10:00AM. The meeting point will be Gate #27, Camp Darby, Depot Area. In order to participate all interested parties are invited to indicate their interest by submitting an email not later than Close of Business (COB) May 11, 2016, to the following e-mail address: elisa.orsini2.ln@mail.mil. Please attach copy of your Identity Card to the e-mail. Please indicate in your e-mail the solicitation number (W912PF-16-R-0013) and the name of the company, address, phone number, fax number, e-mail address, and name of the person (maximum two) who will be present at the site visit: first name, last name, date of birth, place of birth, type and number of identification document. Not indicating interest as described above does not preclude your firm from participating in this requirement. b) The offeror is solely responsible for the performance of all inspection, tests requirements and quality control. c) This contract will utilize Wide Area Workflow (WAWF) which is a secure Web-based system for electronic invoicing, receipt and acceptance. The WAWF application enables electronic form submission of Invoices and Government Inspection and Acceptance documents in order to support DoD’s goal of moving to a paperless acquisition process. d) The following provisions and clauses are applicable to this procurement: FAR 52.216-1 Type of Contract; FAR 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000); 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.204-7 System for Award Management JUL 2013; 52.204-7 Alt I System for Award Management-- Alternate I JUL 2013; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013; 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas APR 1984; 52.232-8 Discounts For Prompt Payment FEB 2002; FAR 52.233-3 Protest After Award; 52.237-1 Site Visit APR 1984; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015); 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991); 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999); 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000); 52.236-13 Alt. 1 Accident Prevention Alt. 1; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991); 252.204-7007, Alt. A Annual Representations and Certifications; 252.212-7000 Contracting Officer's Representative; 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.222-7002 COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) (JUN 1997); 252.222-7003 PERMIT FROM ITALIAN INSPECTORATE OF LABOR (JUNE 1997); 252.223-7006 PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR HAZARDOUS MATERIALS--BASIC (SEP 2014); 252.225-7012 Preference For Certain Domestic Commodities; 252.225-7041 CORRESPONDENCE IN ENGLISH (JUNE 1997); 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006); 252.229-7000; INVOICES EXCLUSIVE OF TAXES OR DUTIES (JUNE 1997); 252.229-7001 TAX RELIEF (SEPT 2014); 252.229-7003 TAX EXEMPTIONS (ITALY) (MAR 2012); 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 252.232-7008 ASSIGNMENT OF CLAIMS (OVERSEAS) (JUNE 1997); 252.247-7022 Representation of Extent of Transportation by Sea; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; CCE 204-4004 NON-APPLICABILITY OF ITALIAN CIVIL CODE (March 2005); CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (March 2005); CCE 225-4003 Notice of Contractor responsibility to Host Nation; CCE 233-4001 CHOICE OF LAW – OVERSEAS (ITALY) (March 2005); CCE-233-4002 AMC -LEVEL PROTEST PROGRAM (December 2008); CCE 237-4000 CONTRACTOR IDENTIFICATION REQUIREMENT (March 2005); 52.233-1 DISPUTES. (JUL 2002); CCE 204-4000 U.S. AND HOST NATION HOLIDAYS (MAR 2005); CCE 204-4003 ANTI-MAFIA LAW REQUIREMENTS (ITALY) (March 2005); Wide Area WorkFlow Payment Instructions. The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotes must be addressed to Ms. Elisa Orsini with the solicitation number W912PF-16-R-0013 no later than 12:00PM (GMT+01:00, Rome) on June 6, 2016. One electronic copy of the proposal shall be submitted. Send an email containing all the attachments to elisa.orsini2.ln@mail.mil; be advised that our system does not provide you with an automatic confirmation of the receipt of your quote. This includes one original dated quote signed by an official fully authorized to bind the Vendor. DO NOT USE the Poste Italiane. All responsible vendors may submit a quote, which shall be considered by the agency. (xvi) The Point of Contact and address for this contract is: Elisa Orsini, 39-050-54-8367 elisa.orsini2.ln@mail.mil Contracting Office Address: RCO Vicenza, Livorno Sub-Office, Darby Military Community, (PARC Europe, 414th CSB), UNIT 31301 BOX 10, APO, AE 09613 Attached documents: - Performance Work Statement; - Hazards General List; - Standard Operating Procedure; - Idoneita’ appaltatore.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7ff504c9ceefc90730299c7ab3c5a1aa)
 
Place of Performance
Address: RCO Vicenza, Livorno Sub-Office, Darby Military Community, (PARC Europe, 414th CSB), UNIT 31301 BOX 10, APO, AE 09613, APO, AE 09613, Non-U.S. 09613, Italy, APO AE, Non-U.S., 09613, Italy
 
Record
SN04124574-W 20160522/160520234707-7ff504c9ceefc90730299c7ab3c5a1aa (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.