Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

W -- Power Distribution System

Notice Date
5/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 409th CSB (W912PA) RCO Benelux, UNIT 28100, BOX 15, APO AE, Non-U.S., 09714-9998, Belgium
 
ZIP Code
00000
 
Solicitation Number
W912PA-17-T-LKC1
 
Archive Date
6/6/2017
 
Point of Contact
Julian Rhooms, Phone: 00496111435426437, Lindsay K. Carrington, Phone: 32027179617
 
E-Mail Address
Julian.d.rhooms.mil@mail.mil, lindsay.k.carrington.civ@mail.mil
(Julian.d.rhooms.mil@mail.mil, lindsay.k.carrington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(I) 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. (II) The solicitation number for this acquisition is W912PA-17-T-LKC1 and is being issued as a Request for Quotations (RFQ). (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. (IV) Interested offerors must be registered in the System for Award Management (SAM). Firms can register via the SAM internet site at https://www.sam.gov The associated North American Industry Classification System (NAICS) code for this procurement is 221122. This solicitation is an unrestricted procurement. (V) The Power Distribution System for Normandy, France, Europe will be performed in accordance with the attached Performance Work Statement (PWS). The purpose of the requirement is to provide for an electrical distribution system at the LSA in Sainte Mere Eglise, Normandy, France. Onsite performance is required on 23 May 2017 for staging, installation of equipment, post award conference, etc. The first day of required electrical distribution will be on 25 May 2017 and the final day will be on 8 June 2017. Offerors will submit their quotes on the attached Price List consisting in one (1) page. (VI) FAR 52.212-1, Instructions to Offerors - Commercial Items, does apply to this acquisition. (VII) FAR 52.212-2, Evaluation - Commercial Items, does apply to this acquisition. The specific evaluation criteria to be included are detailed in attachment entitled "Evaluation for Award". (VIII) Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. (IX) Offerors must include a completed copy of 252.229-7001 TAX RELIEF (SEPT 2014), with their quotation. (X) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition. (XI) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, does apply to this acquisition. (XII) The clauses and provisions listed on attachment entitled "Clauses and Provisions" are incorporated and are to remain in full force in any resultant contract. ***** 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS FAR 52.212-1 IS HEREBY TAILORED AS FOLLOWS: a. The following is added to subparagraph b: This solicitation is a Request for Quotations to meet all solicitation requirements and perform the work specified. BASIS FOR AWARD: The Government anticipates awarding a contract resulting from this request for quote (RFQ) under FAR Parts 12 and 13 to the responsible offeror whose quote conforms to the RFQ and whose quote represents the best value to the Government using lowest priced responsible offer source selection process. Award will be made to the Lowest Priced Responsible Offeror. Only one contract will be awarded from this RFQ on an all-or-none basis. Offers for less than all of the solicited work will be rejected as non-conforming/non-responsive. PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. All offers, questions, and correspondence, SHALL BE submitted in the ENGLISH language. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. (a) The offeror is required to submit the prices on the provided Price List, add the Name, title, company and date. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation, with attachments. It is not required to submit the SF 1449 Form. (b) Offeror must acknowledge receipt of solicitations amendments prior to the hour and date specified in the solicitation by completing item 8 and 15 of Standard Form 30 and returning one (1) copy of the amendment. (c) The response shall consist of one (1) part - Price: (1) Insert proposed unit prices and maximum amounts in the Pricing Schedule for each firm-fixed price Contract Line Item Number (CLIN). The maximum amount must equal the unit price multiplied by the number of units (quantity x unit price). (2) As part of its quotation, the offeror will provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (CMRA) requirement. Offeror will determine, in Section B/ Schedule of Supplies‐Services, CLIN 7500 to price or not‐separately‐price (NSP) the CMRA requirement. CLIN 0001 shall be the CLIN under which the contractor shall bill for all costs associated with the CMRA requirement. If the offeror proposes to report this data at no additional costs to the Government, the offeror shall indicate "NSP" in the space provided in Section B/Schedule of Supplies‐Services for the CMRA CLIN. No entry will be considered "NSP" and $0.00 will be used for evaluation purposes. (d) All quotes will be submitted without the inclusion of VAT type taxes and in EUROs. B. Late offers will be processed at discretion of the Contracting Officer. The government reserves the right to disregard questions submitted after the proposed deadline. Quotes are due no later than the date and time shown in Block 8 on Page 1 of the SF 1449. C. Offerors are encouraged to submit their offers via e-mail to: julian.d.rhooms.mil@mail.mil lindsay.k.carrington.civ@mail.mil usarmy.rheinland-pfalz.409-contr-spt-bde.mbx.409csb-bru-request@mail.mil If mailed by post, please send to the following address: TO BE OPENED BY ADDRESSEE ONLY 409th Contracting Support Brigade - Europe Regional Contracting Office - Benelux Attn: Lindsay K. Carrington, Leuvensesteenweg 13 B - 1932 SINT-STEVENS-WOLUWE Belgium Telephone: +32 (0)2 717-9617 D. Specific Instructions: (a) Complete the representations and certifications at FAR 52.212-3 or complete the online representation provided at www.sam.gov. SAM REGISTRATION In order to better manage its expenditures, the U.S. Government requires all contractors, foreign, as well as, domestic to input basic company information into a central database. This means all vendors doing business with the Regional Contracting Office - Benelux are required to register in the System for Award Management (SAM) database. Non-US companies Step-1: Obtain a NATO Contractor and Government Entity (NCAGE) Code prior to logging onto the SAM website. NCAGE Codes can be obtained by contacting the POC for your country on the following web site: https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspxhttps://eportal.nspa.nato.int/AC135Public/scage/Cage List.aspx Step-2 for both Non-US and US companies: To complete mandatory SAM registration, please complete the following steps (3-5 business days after obtaining the DUNS number): (a) Go to SAM's homepage: #https://www.sam.gov (b) Click on "Start New Registration" (c) When prompted, enter your DUNS number. Click "Submit" (d) Input your specific information (mandatory information is marked in green with an asterisk (*) next to it) (e) Click "Validate/Save" when finished entering all your information on each page. Only contractors who are registered and have an active account in the System for Award Management (SAM) system may be awarded a contract as a result of this solicitation. See FAR Clause 52.204-7 and DFARS Clause 252.204-7004 Alt A The vendor must first have an active account in SAM before he/she can register and submit an invoice into WAWF. (b) Complete DFARS 252.229-7001 ALT I Tax Relief. END OF ADDENDUM TO FAR 52.212-1 ***** 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) ADDENDUM TO FAR 52.212-2 A. The following is added to Standard Subparagraph (a): (a) The Total Evaluated Price (TEP) is equal to the extended price of all CLINs. The TEP shall be submitted in EUROs. (b) All extensions of the unit price shown in Section B will be subject to verification by the government. In case of variation between the unit price and the extension, the unit price will be considered to be the offer and the total recomputed accordingly. If the offeror provides a total amount for a contract line item but fails to enter the unit price, the amount divided by the specified quantity will be held to be the intended unit price. (c) Priced quotations will be evaluated for price fair and reasonableness. Award shall be made to the Lowest Priced Responsible Offer. B. The Standard Subparagraph (b) is not applicable to this contract. END OF ADDENDUM TO FAR 52.212 ***** Other applicable clauses and provisions: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.244-6 Subcontracts for Commercial Items JAN 2017 52.252-6 Authorized Deviations In Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7041 Correspondence in English JUN 1997 252.225-7048 Export-Controlled Items JUN 2013 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) SEP 2015 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.229-7001 TAX RELIEF (SEPT 2014) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 5152.204-4005 CONVENTIONAL FORCES EUROPE (CFE) TREATY VERIFICATION INSPECTION (June 2016) 5152.232-4001 FOREIGN VENDORS REQUESTING PAYMENT VIA ELECTRONIC FUNDS TRANSFER (June 2016) 5152.233-4002 AMC-LEVEL PROTEST PROGRAM (June 2016) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) ***** Price List: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job Electrical Support-Saint Mere Eglise FFP Electrical Support-Saint Mere Eglise IAW the attached Performance Work Statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010999408-0001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 7500 1 Each Contractor Manpower Reporting (CMR) FFP Contractor Manpower Reporting: Every service contract requires the Contractor to input certain contract related data into a secure database, located at the following website: http://www.ecmra.mil. The reporting period for this data input is the period of performance from date of award (and/or Task Order issuance) through 30 September of each calendar year (but not to exceed 12 months in any report). The report(s) must be completed by 31 October of each calendar year. Assistance with data input should be directed to the Requiring Activity, identified herein. FOB: Destination PURCHASE REQUEST NUMBER: 0010999408-0001 NET AMT ***** DUE TO TECHNICAL DIFFICULTIES E-MAIL THE PRIME AND SECONDARY POC FOR ADDITIONAL INFORMATION ON: A. COMPLETE CLAUSES 52.212-1 AND 52.212-2 B. COMPLETE CLAUSE 52.212-3 C. PRICE LIST D. PERFORMANCE WORK STATEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/714fba958ecfa79759ef0cc9c05a99d5)
 
Place of Performance
Address: Normandy, France
 
Record
SN04516342-W 20170521/170519235510-714fba958ecfa79759ef0cc9c05a99d5 (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.