Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
MODIFICATION

S -- DMC Solid Waste Services - Attach2PastExQuestionnaire - Attach1PWS

Notice Date
5/5/2017
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
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-17-T-0043
 
Archive Date
6/3/2017
 
Point of Contact
Sonia Zanobini, Phone: 0039050548364
 
E-Mail Address
sonia.zanobini2.ln@mail.mil
(sonia.zanobini2.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912PF-17-T-0043 DMC SOLID WASTE SERVICES 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-17-T-0043 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 562111. (v) For a list of contract line item numbers and items, quantities and units of measure, (including options) are listed below. (vi) Description of the requirements for the items being required: The purpose of this combined synopsis/solicitation is the performance of segregation and removal of construction debris and solid waste materials located on or near the Depot and Camp Darby Refuse Collection Points on USAG Italy DMC through the following tasks: - Task 1. Segregation of the different types of mixed solid wastes including, but not limited to, concrete, brick, dirt, asphalt (road tar), insulation, glass, secondary containment pallets, sandblasting material and other similar types of solid waste, etc. - Task 2. Pick up and removal to proper disposal facility of the different types of solid waste identified in Task 1. (vii) Dates and places of delivery and acceptance and FOB point: Required Period of Performance: 01 June - 31 August 2017. Note: If needed, the dates will be adjusted at time of award. The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. ITEM 0001- Segregation, verification and sampling of the different types of construction debris and other types of mixed solid wastes at the two solid waste collection points located at Camp Darby and at Leghorn Army Depot in accordance with paragraph 1.7.1 of the Performance Work Statement dated May 5th, 2017. Quantity: 1 Unit of issue: Job Unit price ____________ Total amount_________ ITEM 0002 - Removal to perform removal to proper disposal facility the different types of segregated solid waste materials identified under Task 1 in accordance with paragraph 1.7.2 of the Performance work Statement dated May 5th, 2017. Quantity: 1 Unit of issue: Job Unit price ____________ Total amount_________ ITEM 7500-Contract Manpower Reporting: Contract Manpower Reporting, in accordance with (IAW) para. 1.9 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 "Segregation and Removal of Construction Type Debris & Mixed Solid Waste Materials Within USAG Italy (DMC)" 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____________ (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 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, price and other factors considered. Proposals will be evaluated for acceptability but not ranked using the following technical factor. Award will then be made based on the lowest evaluated price. A contract will be awarded to the offeror who has submitted the lowest price technically acceptable. The following factors shall be used to evaluate offers: Price: Price will be evaluated for fair and reasonableness and for unbalanced pricing. Technical Factor - Past Experience The offeror shall demonstrate relevant experience in scope, complexity and price. The Government will evaluate the information concerning solid waste management provided by the offeror on the attachment titled "Past Experience Questionnaire". The value of each work shall be not less than Euro 5,000.00 ($5,561.74). Relevant means works of similar scope, size and complexity i.e. works concerning the handling, transportation and disposal of waste materials. The past contract must be completed or ongoing within five (5) years from the date of this Combined Synopsis Solicitation. Technical Factor - Certifications The offeror shall demonstrate that it has enrolled in "Albo Nazionale delle imprese che effettuano la gestione dei rifiuti" specifically for "Categoria 4" and "Categoria 5" (mandatory for handling and transportation of Special Non Hazardous Waste" Documentation required for the determination of responsibility The U.S. Government requires the offeror to submit the following documentation/certification to be satisfied that a prospective contractor currently meets the applicable standards in Federal Acquisition Regulation 9.104 - Standards. A. DOCUMENTO UNICO DI REGOLARITÀ CONTRIBUTIVA (DURC) The offeror shall provide with the proposal a copy certified and NOT older than ninety (90) days at the time set forth for the receipt of the offer of the DURC. (Documento Unico di Regolarità Contributiva). Self-certifications are NOT allowed. However, if the offeror has submitted a certified DURC to the issuing office (RCO Sub-Office Livorno) within 90 days from the due date of this proposal, then the offeror may submit a copy of the previously certified DURC. The document MUST include the following statement otherwise, the proposal will be rejected. "Con il presente documento si dichiara che l'impresa RISULTA REGOLARE ai fini del DURC". B. CERTIFICATE OF THE CHAMBER OF COMMERCE (CERTIFICATO DI ISCRIZIONE ALLA CAMERA DI COMMERCIO) (ORDINARIO) The offeror shall provide with the proposal a copy certified and NOT older than two (2) months at the time set forth for the receipt of the offer of the Chamber of Commerce Certificate of Membership (Certificato di Iscrizione alla Camera di Commercio). FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-50 (Alt I) Combating Trafficking in Persons, 52.225-5 Trade Agreements, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management, will be checked inside of 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 52.225-17 - Evaluation of Foreign Currency Offers; FAR 52.228-4 Workers Compensation Insurance (DBA); FAR 52.233-1 Disputes; FAR 52.233-2, Service of protest; FAR 52.233-3 Protest After Award; 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials., DFARS 252.203-7998; DFARS 252.203-7999; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7007 Alt. A; 252.212-7001 Contract terms and conditions required to implement status; DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas); DFARS 252.222-7003 Permit from Italian Inspectorate of Labor; 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 252.229-7000 Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001 Tax Relief; DFARS 252.229-7003 Tax Exemptions (Italy); DFARS 252.232-7008 Assignment of Claims (Overseas).CCE 204-4000 U.S. and Host nation holidays; CCE 225-4001 Installation clearance requirements; CCE 204-4004 Non applicability of Italian Civil Code (March 2005); CCE 233-4001 Choice of law-Overseas (Italy); CCE 233-4002 AMC - Level protest program; CCE 237-4000 Contractor Identification requirement. The following FAR Clauses are checked and are applicable to this acquisition: Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition, DFAR 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations, DFAR 252.232-7006, 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. (x) Offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, using the SAM (https://www.sam.gov/portal/public/SAM/) website described in paragraph (viii). (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. (xiii) Additional contract requirements: a) 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 May 19, 2017. 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 indicated below. The price should be submitted in EURO without IVA. 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: Sonia Zanobini Regional Contracting Office - Sub-Office Livorno Commando Americano Camp Darby - Depot Area 56018 Tirrenia (PI); ITALY Email: Sonia.zanobini2.ln@mail.mil Telephone: (39) 050-54-8364 Attachments: • Attachment #1, Performance Work Statement titled "Segregation and Removal of Construction Type Debris & Mixed Solid Waste Materials Within USAG Italy (DMC)" dated May 5th, 2017. • Attachment #2, Past Experience Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6040b8740b3ec04db07f24493bbc3444)
 
Place of Performance
Address: Camp Darby, Tirrenia (Pisa), Italy
 
Record
SN04498776-W 20170507/170505235324-6040b8740b3ec04db07f24493bbc3444 (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.