SOURCES SOUGHT
Z -- Italy Recurring Maintenance and Minor Repair (RMMR) Services
- Notice Date
- 4/11/2023 2:18:05 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- W912GB23R0026
- Response Due
- 5/2/2023 5:00:00 AM
- Point of Contact
- Shanda Weekes, Phone: 49061197442986
- E-Mail Address
-
shanda.weekes@usace.army.mil
(shanda.weekes@usace.army.mil)
- Description
- ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** Sources Sought Announcement for Recurring Maintenance and Minor Repair (RMMR) Services in Italy 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 238990, All Other Specialty Trade Contractors PSC: Z1NA, Maintenance of Fuel Supply Facilities 3. PLACE OF PERFORMANCE AND INFORMATION ABOUT THE SERVICES TO BE PROCURED: The geographical area covered by this RMMR contract is Camp Darby, Caserme Ederle, Caserme Renato Del Din, NAS Sigonella, NS Naples and Aviano AB in Italy. As the work will be performed outside of the continental U.S. no set asides or socioeconomic preference of any sort will be granted 4. ACQUISITION INFORMATION: NAU seeks to award a hybrid Firm-Fixed Priced (FFP) Cost Plus Fixed Fee (CPFF) Services contract to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 37, Service Contracting. The planned duration for this contract is a total of five years, consisting of one 12-month base and four 12-month options. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. 5. PROJECT DESCRIPTION: USACE-NAU is seeking firms capable of executing a services contract to provide fuel systems recurring maintenance and minor services in support of the Defense Logistics Agency � Energy (DLA-E) requirements at Camp Darby, Caserme Ederle, Caserme Renato Del Din, NAS Sigonella, NS Naples and Aviano AB in Italy. This project is estimated to cost between $10,000,000 and $20,000,000. This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment, and incidental services required to execute and document Recurring Maintenance and Minor Repair Services for Defense Logistics Agency Energy (DLA-E) capitalized fuels facilities and supporting infrastructure at the locations mentioned above in Italy.� Contractor shall provide Recurring Maintenance and Minor Repair (RMMR) Services through implementation of a Preventive Maintenance Plan which defines, schedules, and executes periodic quarterly, semi-annual, and annual facility inspections. Work is required to be performed in accordance with Unified Facilities Criteria (UFC) 3-460-03 Petroleum Fuel Systems Maintenance for military land-based liquid petroleum fuel facilities. This contract requires a Contractor experienced in repair, maintenance, and operation of federal petroleum facilities and petroleum systems ensuring those systems are in compliance with codes, criteria, regulations, and laws of the United States/host nation (local and national). The preventative maintenance program shall also include Emergency Repair, Minor Repair, Emergency Environmental Support, and Records Management.� The Contractor shall perform an annual assessment of facilities. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations, or concerns from industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to requests statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not s prerequisite to any potential future offerings, but participation will assist the US Army Corps of Engineers in tailoring requirement to be consistent with industry capabilities. The synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government not will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The formal solicitation will follow this announcement with full details, including a response deadline, performance work statement, instructions to Offerors, and the evaluation factors and basis for award. The USACE Europe District Contracting Office will be the sole point of contact for this solicitation. The Primary Points of Contacts are listed with this announcement. ANTI-MAFIA LAW: The solicitation following this announcement will include the requirement that Offerors 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."" 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. 8. SUBMISSION: SUBMISSION: Offeror�s response to this Pre-Solicitation shall include the following information (Clarifications and/or questions shall be submitted in a separate pdf document): Capability Statements should include: Firm�s name, address, English speaking point of contact, phone number, e-mail address and Cage Code. Firm�s interest in proposing on the solicitation when issued. Firm�s capability and capacity to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Provide examples of projects performed in Italy, if applicable. Firm�s experience in maintenance and repair of petroleum fuel storage and distribution facilities. This requirement will combine two previous RMMR scopes of work for Italy info one contract. The previous Italy RMMR contracts included Camp Darby, Caserme Ederle, Caserme Renato Del Din in one contract and NAS Sigonella, NS Naples, and Aviano AB in a separate contract. Provide your firms concurrence that you could support all sites listed above. Provide your firm�s resource availability (staffing and equipment) to perform work in Italy. Provide experience as a Prime Contractor for the U.S. Government. If no experience, provide work as a Subcontractor for the U.S. Government. Firm�s Joint Venture information or Teaming Arrangements (if applicable). 9. SPECIAL SAM NOTICE: Please take notice that the System for Award Management (SAM, www.sam.gov) has entity registration requirement that firms submit an ""original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Unique Entity Identifier before the registration will be activated."" This applies to all new entity registrations and all entity registration renewals. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this requirement. NOTE: the instructions are different for domestic (U.S. based) and international (non-U.S. based) firms. Offerors are reminded that this solicitation will include the provision FAR 52.204-7 System for Award Management and the resulting award will include the clause FAR 52.204-13 SAM Maintenance. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. In order to eligible for the contract award resulting from this solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and determined to be responsible prior to Award. Federal Service Desk's (FSD) website: https://fsd.gov/ 10. 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 be a legally-binding agreement signed by authorized officers from each of the firms comprising the Joint Venture, and at a minimum include the following: a)�� Name of firms that form the Joint Venture and the name of the Joint Venture; b)�� Name of the chief executive officer signing on behalf of each party; c)�� Contract number; d)�� Date of issuance of the agreement and notarized signature of the officers signing on behalf of each party. e)�� Relationship of the JV in terms of ownership percentages, capital contribution, profit distribution/loss sharing; bonding responsibilities; party having overall control, etc. f)��� 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. 11. NOTICE ABOUT SUBCONTRACTING: 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 (see attachment for sample commitment letter templates). 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc668c1f80e444dfb4a1a38712416c82/view)
- Place of Performance
- Address: ITA
- Country: ITA
- Country: ITA
- Record
- SN06647529-F 20230413/230411230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |