Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

J -- Maintenance and Repair Service of Tri-Lateral Forklifts & Work Assistant Vehicles - Package #1

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-T-0067
 
Archive Date
9/24/2016
 
Point of Contact
Daniel Foiles, Phone: 3146338339
 
E-Mail Address
daniel.j.foiles.mil@mail.mil
(daniel.j.foiles.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS - Maintenance Repair of Tri-Lateral Forklifts Combined Synopsis Solicitation W912PF-16-T-0067 Solicitation Number: W912PF-16-T-0067 "Maintenance and Repair Service Of Tri-Lateral Forklifts & Work Assistant Vehicles" 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-T-0067 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 811310. (v) Description of the requirements for the items being required: The purpose of this combined synopsis/solicitation is to purchase the following services: Maintenance and Repair Service of Tri-Lateral Forklifts & Work Assistant Vehicles at Leghorn Depot, Livorno Italy. Offerors are required to indicate the unit price and the total cost for the following items and quotes shall have a validity of 60 days: Base year 0001- Quarterly Maintenance The Contractor shall inspect every three months the thickness and wear of the forks and lifting chain slaking, results of the inspections shall be annotated in the inspection register of each piece of equipment (reference Art. 71 page 4 of Legislative Decree 81/08). In addition, the Contractor will take care to inspect and eventually replace the emergency sling. The Contractor shall keep the equipment in a condition of efficiency IAW manufacturer's instructions. Reference: Contract Data Requirements List (CDRL) 0004 under Exhibit 5.3 of this PWS for further direction on submission POP: 19 September 2016 - 18 September 2017 Quantity 4 Unit of issue: each Unit price _________________ Total amount_________________ 0002- Semi-annual maintenance Twice per year, the Contractor shall perform an annual maintenance for the equipment listed in the table at 1.7. The maintenance service shall be performed IAW manufacturer's maintenance manuals. Reference: Contract Data Requirements (CDRL) 0005 under Exhibit 5.3 of this PWS for further direction on submission. POP: 19 September 2016 - 18 September 2017 Quantity 2 Unit of issue: each Unit price _________________ Total amount_________________ 0003 - Training The Contractor shall be able to provide practical training (4 hours) on TSP 1.5 and WAVE 50-118 to a number of 12 (twelve) Government employees. The training is a onetime requirement. The training will consist of: - Relevant risks about the use of the equipment - PCMS - Dashboard description - Emergency procedures description and trial - Driving test - Each operator shall be able to drive the equipment - Equipment starts-up, picking up pallet, entrance in lane, pallet positioning, exit and entrance from the lane picking up pallet from the shelves Upon training completion, a written certificate shall be issued to each operator. Training shall be performed IAW OSHA 29CFR 1910.178(1), operators training and "Accordo Stato Regioni". Instructions must possess the qualifications required by "Accordo Stato Regioni". Forklifts and the area where the operators shall be evaluated will be made available by the Government. The training shall be provided with 90 (ninety) days from the award date. Reference: Contract Data Requirements List (CDRL) 0006 under Exhibit 5.3 of this PWS for further direction on submission. POP: 19 September 2016 - 18 September 2017 Quantity 12 Unit of issue: each Unit price _________________ Total amount_________________ 7500 - CMR Contract Manpower Reporting, in accordance with (IAW) para. 1.5 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. POP: 19 September 2016 - 18 September 2017 Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ Option Year 1 1001 - Quarterly Maintenance The Contractor shall inspect every three months the thickness and wear of the forks and lifting chain slaking, results of the inspections shall be annotated in the inspection register of each piece of equipment (reference Art. 71 page 4 of Legislative Decree 81/08). In addition, the Contractor will take care to inspect and eventually replace the emergency sling. The Contractor shall keep the equipment in a condition of efficiency IAW manufacturer's instructions. Reference: Contract Data Requirements List (CDRL) 0004 under Exhibit 5.3 of this PWS for further direction on submission 19 September 2017 - 18 September 2018 Quantity 4 Unit of issue: each Unit price _________________ Total amount_________________ 1002 - Semi-annual Maintenance Twice per year, the Contractor shall perform an annual maintenance for the equipment listed in the table at 1.7. The maintenance service shall be performed IAW manufacturer's maintenance manuals. Reference: Contract Data Requirements (CDRL) 0005 under Exhibit 5.3 of this PWS for further direction on submission. 19 September 2017 - 18 September 2018 Quantity 2 Unit of issue: each Unit price _________________ Total amount_________________ 7501 - CMR Contract Manpower Reporting, in accordance with (IAW) para. 1.5 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. 19 September 2017 - 18 September 2018 Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ Option Year 2 2001 - Quarterly Maintenance The Contractor shall inspect every three months the thickness and wear of the forks and lifting chain slaking, results of the inspections shall be annotated in the inspection register of each piece of equipment (reference Art. 71 page 4 of Legislative Decree 81/08). In addition, the Contractor will take care to inspect and eventually replace the emergency sling. The Contractor shall keep the equipment in a condition of efficiency IAW manufacturer's instructions. Reference: Contract Data Requirements List (CDRL) 0004 under Exhibit 5.3 of this PWS for further direction on submission POP: 19 September 2018 - 18 September 2019 Quantity 4 Unit of issue: each Unit price _________________ Total amount_________________ 2002 - Semi-annual Maintenance Twice per year, the Contractor shall perform an annual maintenance for the equipment listed in the table at 1.7. The maintenance service shall be performed IAW manufacturer's maintenance manuals. Reference: Contract Data Requirements (CDRL) 0005 under Exhibit 5.3 of this PWS for further direction on submission. POP: 19 September 2018 - 18 September 2019 Quantity 2 Unit of issue: each Unit price _________________ Total amount_________________ 7502- CMR Contract Manpower Reporting, in accordance with (IAW) para. 1.5 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. POP: 19 September 2018 - 18 September 2019 Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ (vi) Dates and places of delivery and acceptance and FOB point: Required Period of Performance: 19 September 2016 - 18 September 2017 (Base year) 19 September 2017 - 18 September 2018 (Option year one) 19 September 2018 - 18 September 2019 (Option year two) Location: The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. (vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. 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 will be used to evaluate offers: Price. The total price indicated at CLINs 0001, 0002, 0003, 7500 and all option line items will be evaluated for fair and reasonableness and for unbalanced pricing. Unrealistic, unbalanced or unreasonable pricing may cause a proposal to be determined unacceptable. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (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 it and applicable to this acquisition are: 52.222-19 "Child labor - Cooperation with Authorities and Remedies, 52.222-50 Alt1 "Combating Trafficking in Persons", 52.225-5 "Trade Agreements", 52.225-13 "Restrictions on Certain Foreign Purchases" and 52.232-33 Payment by Electronic Funds Transfer - System for Award Management". (xiii) Additional contract requirements: a) The following provisions and clauses are applicable to this procurement: FAR 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000); 52.212-4 Alt I -- 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); 52.204-9 "Personal Identity Verification of Contractor Personnel" (Jan 2011); 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; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (Apr 1984); FAR 52.242-15 Stop-Work Order; 52.212-3 Offeror Representations and Certifications -Commercial Items (Mar 2015); 52.212-5 Contract Terms and Conditions required to Implement Statues 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); 52.217-9 Option to Extend the term of the Contract (Mar 2000); 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998); 52.252-2 Clauses incorporated by Reference (Feb 1998); 52.225-25 Prohibition on Contracting with Entities in Certain Activities or transactions; 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; 252.203-7000 Requirement Relating to Compensation of Former DOD Officials; 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; 252.204-7003 Control of Government Personnel Work Product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting: 252.204-7007 Alternate A. Annual Representations and Certifications (Jan 2015); 252.222-7002 Compliance with Local Labor Laws (Overseas) (Jun 1997); 252.222-7003 Permit from Italian Inspectorate of labor (June1997); 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials - Basic (SEP 2014); 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 and Duties (June 1997); 252.229-7001 Tax Relief (Sep 2014); 252.229-7003 Tax Exemption (Italy) (Mar 2012); 252.232-7006 Wide Area Workflow Payment Instructions (May 2013); 252.232-7007 Limitation of Government's Obligation (May 2006); 252.232-7008 Assignment of Claims (Overseas) (Jun 1997); 252.232-7010 Levies on Contract Payment; 252.243-7001 Pricing of Contract Modifications; 252.247-7023 Transportation of Supplies by Sea; 252.203-7005 Representation Relating to Compensation of Former DOD Officials; 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; 252.225-7031 Secondary Arab Boycott of Israel; CCE 204-4004 Non-Applicability of Italian Civil Code (March 2005); CCE 233-4001 Choice of Law - Overseas (Italy) (March 2005); CCE-233-4002 AMC -Level Protest Program (December 2008); 52.233-1 Disputes. (Jul 2002); b) The full text of these clauses and provisions may be accessed electronically at the following website: http://farsite.hill.af.mil. 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. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All proposals must be submitted to the Contracting Officer no later than 12:00 p.m. (GMT+01:00, Rome) on September 9, 2016. All quotes shall be submitted in English and include the company point of contact, phone number, and email address. Quotes shall be submitted through e-mail to the mailing address. The United States government is exempt from payment of Imposta Valore Aggiunto (IVA) tax in accordance with DFAR 252.229-7003, Tax Exemptions, and with Article 72 of the Italian IVA implementing Decree Law 633, dated October 26, 1972. (xvi) The Point of Contact and address for this contract is: Daniel Foiles Regional Contracting Office - Sub-Office Livorno Commando Americano Camp Darby - Depot Area 56128 Tirrenia (PI); ITALY E-mail: Daniel.j.foiles.mil@mail.mil Telephone: (39) 050-54-8339 Alternate POC: Sonia Zanobini Contracting Officer Regional Contracting Office - Sub-Office Livorno Commando Americano Camp Darby - Depot Area 56128 Tirrenia (PI); ITALY E-mail: sonia.zanobini2.ln@mail.mil Telephone: (39) 050-54-8364 Attachments: "Performance Work Statement"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af2bf8bd7227bf5abd8086da774db640)
 
Place of Performance
Address: Camp Darby, Tirrenia (Pisa), Italy, Italy
 
Record
SN04233516-W 20160821/160820000033-af2bf8bd7227bf5abd8086da774db640 (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.