MODIFICATION
J -- Modification 0001 - changes are listed under additional information, paragraph 12. Includes the addition of contract manpower reporting CLIN items 7500 and 7501.
- Notice Date
- 9/1/2009
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACA, RCO Vicenza, Attn: AEUCC-I, Unit 31401, Box 33, APO, AE 09630-3326
- ZIP Code
- 09630-3326
- Solicitation Number
- W912PF09Q0001
- Response Due
- 9/11/2009
- Archive Date
- 11/10/2009
- Point of Contact
- Ryan Tinch, +39 0444713986
- E-Mail Address
-
ACA, RCO Vicenza
(ryan.tinch@eur.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Regional Contracting Office - Vicenza, Italy is releasing this combined synopsis/solicitation electronically only. The on-line version of the Request for Quotation (RFQ) is the official version for this acquisition. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. Offerors are encouraged to check the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All quotations must be received via e-mail no later than September 11, 2009 at 1500 hours. All questions pertaining to this RFQ must be in writing and submitted via e-mail and received by the Regional Contracting Office - Vicenza, Italy not later than 1500 hours on September 8, 2009. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the ASFI and FEDBIZOPS website. The email addresses for submission of all quotations and questions is ryan.tinch@eur.army.mil and stew.penrod@eur.army.mil. All questions must be addressed only to the individuals listed above. The Solicitation Number W912PF-09-Q-0001 is issued as a RFQ and the award will be a Firm Fixed Price. Award date is expected to be not later than September 21, 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARs DCN 20090729. The NAICS code assigned to this project is 811310. The requirement is for the 3rd Battalion, 405th Army Field Support Brigade located at Livorno Depot, Tirrenia (Pisa). Aside from price alone, the offerors quotations will be evaluated by the Source Selection Evaluation Board based on a specific technical requirement. The government will consider the following non-price factor: compliance with solicitation requirements with a demonstrated understanding of the contract performance requirement. All quotations shall include the contractors understanding of the Governments Requirement to perform the contract based on the contractors understanding of the requirements. The government will then evaluate the offerors proposed plan of action to ensure the specific requirements of the contract will be met. A pre-award site survey will be conducted at Livorno Depot on September 4, 2009 at 1300 to give the offerors the opportunity to view the worksite and gain an understanding of the scope of work required to complete the contract. All interested parties wishing to participate to this site survey shall send an e-mail not later than September 2, 2009 to sidney.gourdine@eur.army.mil, ryan.tinch@eur.army.mil and stew.penrod@eur.army.mil, citing as subject the number of this project (W912PF-09-Q-0001) and furnishing the following information: name of the offeror/firm, date of birth, place of birth, address, telephone number, facsimile number, e-mail address, citizenship, and id number. This information will be used to gain access to the work site on Livorno Depot and must be sent by the date listed above in order to attend the site survey. Attendance of the pre-award site survey is required in order for the offerors quotation to be considered by the government for award. Additional Information (1) Date. 27 August 2009 (2) Contracting Office ZIP Code. 36040 (3) Contracting Office Address. Regional Contracting Office, Vicenza Office Via Pra Spineo 16 36040 Lerino (VI), Italy (4) Subject. Service Contract for repair and maintenance of controlled humidity dry storage systems (5) Contact Point or Contracting Officer. Contract Specialist - CPT Ryan Tinch (6) Place of Contract Performance. Livorno Depot, Tirrenia (Pisa) (7) Original Manufacturer: Megaseal Corporation (8) Size, dimensions, or other form, fit or functional description. "75 each: 11 meters Long x 3.60 meters High x 5 meters Wide "31 each: 12 meters Long x 3.60 meters High x 5 meters Wide "62 each: 13 meters Long x 3.60 meters High x 5 meters Wide "41 each: 15 meters Long x 3.60 meters High x 5 meters Wide (9) Predominant material: polyurethane (10) Quantity: 209 total systems (11) Delivery schedule: initial repair must begin no later than 2359 hours on 23 Sep 2009. Tentative contract award date is 21 Sep 09. (12) CLINs: CLIN 0001 - Maintenance Of CDSS: 28 Sep 09 27 Sep 10; CLIN 0002 - Repair Of CDSS: 28 Sep 09 - 31 Dec 09; CLIN 1001 - Maintenance Of CDSS Option Year One 28 Sep 10 27 Sep 11 CLIN 7500 Contract Manpower Reporting (CMR): 28 Sep 09 27 Sep 10 CLIN 7501 CMR: 28 Sep 10 27 Sep 11 (13) The following cited FAR and DFARS clauses and provisions are applicable: 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-6 Data Universal Numbering System (DUNS) Number. 52.204-7 Central Contractor Registration. 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions--Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.203-6 Restrictions On Subcontractor Sales To The Government - Alternate I 52.222-50 Combating Trafficking In Persons - Alternate I 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. 52.217.5 Evaluation of Options 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.217-8 Option to Extend Services. 52.225-14 Inconsistency Between English Version and Translation of Contract. 52.229-6 Taxes--Foreign Fixed-Price Contracts 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 52.252-6 Authorized Deviations in Clauses. 252.201-7000 Contracting Officers Representative 252.204-7004 Required Central Contractor Registration 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.222-7003 Permit from Italian Inspectorate of Labor 252.223-7006 Prohibition on Storage and Disposal of Toxic and hazardous materials 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform, Full Text 252.225-7043 Antiterrorism/Force Protection Policy 252.229-7000 Invoices Exclusive of Taxes and Duties 252.229-7001 Tax Relief 252.229-7003 Tax Relief (Italy) 252.232-7003 Electronic Submission of Payment Request IAW DFAR 232.7004 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law 252.243-7002 Requests For Equitable Adjustment (14) The following local Italian clauses are applicable: (1) CCE 204-4000 U.S. And Host Nation Holidays (March 2005) Work shall be performed during normal duty hours. Normal duty hours are from 08:00 hours through 17:00 Monday through Friday. Work shall not be performed on Italian and American holidays occurring during the normal workweek. Work shall not be performed on local* holidays occurring during the normal workweek. When an American holiday occurs on a Saturday or a Sunday, the holiday is observed on the preceding Friday or following Monday, respectively. NAME OF THE U.S. HOLIDAYS DATE New Year's DayJanuary 1st Martin Luther King Memorial Day3rd Monday in January Presidents' Day3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4th Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans' DayNovember 11th Thanksgiving Day 4th Thursday in November Christmas DayDecember 25th NAME OF THE ITALIAN HOLIDAYS DATE New Year's Day1 January Epiphany Day6 January Easter MondayVaries yearly Liberation Day25 April Labor Day1 May Republic Day2 June Assumption Day15 August Local Holiday *8 September * All Saints Day1 November Immaculate Conception Day 8 December Christmas Day25 December Saint Stephens Day26 December * Local holiday which occurs in the region/state where contract performance takes place: "Vicenza: 8 September Work during other than normal hours shall not be performed without prior written approval of the Contracting Officer Representative. The Contractor shall submit request for such approval to the Contracting Officer Representative at least 24 hours in advance. (2) CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (March 2005) (a) Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. (b) The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firms failure to comply with Installation Access Control (IAC) processing requirements. (c) The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. (d) AE 190-16 (and AE 190-16-G German translation) can be found on the following website: http://www.ecc-e.army.mil/ under the library link (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: Organizational Sponsor: _______________________________________________ Location: _________________________________Building No: _______________ DSN Phone No: ______________ Commercial Phone No: ____________________ Installation Access Control Office: Location: _________________________________Building No: _______________ DSN Phone No: ______________ Commercial Phone No: ____________________ (3) CCE 204-4003 ANTI-MAFIA LAW REQUIREMENTS (ITALY) (March 2005) 1. Pre-Award Effect of Anti-Mafia Procedure: 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 Italian Law No. 646, of 13 September 1982, and subsequent integration and amendments. The solicitation data will be made available only to firms that meet the submittal requirements described in paragraph below. As much, in the event that prior to award any disciplinary actions or proceedings for Mafia related matters exist against the apparent low bidder, no award will be made to said low bidder. 2. Termination Under Italian Law No. 646 (Anti-Mafia): If during the life of this contract, any proceeding or disciplinary actions contemplated by Italian Law No. 646 of 13 September 1982 (and subsequent amendments and integration) is undertaken against any component of the Contractor or any Subcontractor, the Government can consider this a failure to execute the work and terminate the Contractors right to proceed with the work under the DEFAULT clause of this contract. 3. Application of Italian Law No. 646 (Anti-Mafia) To Subcontractors: In addition to the requirement in the Subcontractors clause if applicable to this contract, before the Contracting Officer can consent to any Subcontractors, the Contractor will be required to certify to the Contracting Officer that no disciplinary actions or proceedings for Mafia related matters exist against such Subcontractors. 4. Submittal Requirements: The offerors are required to submit the following: (a) An original copy, un-expired and not older than two months at the time of bid opening, of the Chamber of Commerce Certificate of Membership (Certificato di Iscrizione alla Camera di Commercio). The Certificate must include the statement transcribed below, required by art. 9 and of the D.P.R. no. 252 dated 3 June 1998: Nulla osta ai fini dellarticolo 10 della Legge 31 Maggio 1965 n. 575, e successive modificazioni. La presente certificazione e emessa dalla CCIAA utilizzando il collegamento telematico con il sistema informativo utilizzato dalla Prefettura di Roma. (b) Original copies, un-expired and not older than one month at the time of the bid opening, of the Family Status and Residency Certificates of each and every member of the firm, as listed in the Chamber of Commerce Certificate of Membership (per Decreto Legislativo no. 490 of 8 Aug. 1994, published in the Gazzetta Ufficiale no. 186 of Aug. 10 1994). (4) CCE-233-4002 AMC -LEVEL PROTEST PROGRAM (December 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent to FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) ADDENDA TO FAR CLAUSES 52.212-1 The offeror shall submit with its proposal all the documentation listed here below in order to be eligible for an award. Failure to submit with the proposal any of below listed required documents/certificates will be cause for rejection of the initial proposal as not in compliance with the requirement of the solicitation, if a determination is made to award the contract based on initial proposals without discussion. The offeror is discouraged from including with its proposal any additional data or information not requested by this solicitation. DURC All offerors shall provide a COPY CERTIFIED (COPIA AUTENTICATA) and NOT older than ninety (90) days at the time set forth for the receipt of the offer of the DURC (Documento Unico di Regolarit Contributiva). Self certifications (autocertificazioni) are NOT allowed. The document MUST include the following statement: Con il presente documento si dichiara che limpresa RISULTA REGOLARE ai fini del DURC. CERTIFICATE OF THE CHAMBER OF COMMERCE. All offerors shall provide a copy NOT older than two (2) months (per CCE 204-4003 4a) 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). Self-certifications are NOT allowed. The certificate must include the following statement: NULLA OSTA ai fini dellarticolo 10 della Legge 31 Maggio 1965, n. 575 e successive modificazioni. La presente certificazione e emessa dalla C.C.I.A.A. utilizzando il collegamento telematico con il sistema informativo utilizzato dalla Prefettura di Roma. 52.212-2 Evaluation Commercial Items (a) 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. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement (ii)Past Performance (iii)Price Technical and past performance, when combined, are approximately equal to cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.225-17 Evaluation of Foreign Currency Offers. If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the exchange rate of.7905 euro for $1 in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.232-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Stewart Penrod, stew.penrod@eur.army.mil, 39 0444713968, Regional Contracting Office, Vicenza Italy. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) (15) Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. (16) All responsible sources may submit a response to this combined synopsis/solicitation and all responses shall be considered by the agency. Description of Services: The service consists of repair, scheduled maintenance, and unscheduled maintenance of 209 controlled humidity dry storage systems (CHDSS) and their associated components. The CHDSS range from 11 meters to 15 meters in length and are composed of: "Tunnels made of PU (polyurethane) material with baseboard and with front and rear opening ends "Dehumidifiers including Monitor Boxes "Humidistat "Electrical cables and connections The contractor will provide initial repairs to each of the 209 CDSS to improve the systems to full operational capability. The Contractor shall make all tunnels and dehumidifiers fully operational in accordance with manufacturers Operation and Maintenance Manual and based on priority established upon completion of the site survey. Only one opening end must be maintained functional and then repaired in case of damage. The number of opening ends to be repaired/modified will be identified by the contractor during the pre-award site survey. The contractor will provide a monthly service of all related equipment in order to ensure the CDSS maintains the correct humidity. This will include conducting a relative humidity check on all systems, documenting any discrepancies and external environmental condition which do not allow the internal environment to be maintained at the optimal humidity range of between 40-50 % RH. The contractor will also inspect the seals, zippers, vinyl, and other components to determine if repair is required and then perform repair as required. The maintenance schedule shall begin upon completion of the first tunnels initial repair. The remaining 208 tunnels maintenance schedule shall begin with their respective completion of their initial repair. The contractor will also perform unscheduled maintenance and repair when unexpected damage or failure is identified both in the dehumidifiers and tunnels (including all components associated with CHDSS). CONTRACTOR RESPONSIBILITIES: GENERAL "Submit a detailed schedule of repair and maintenance operations to the Contracting Officers Representative (COR). "Submit, to the COR, a schedule of required unscheduled maintenance repair along with a proposed repair schedule after Site Survey of all CDSS. "Correct performance deficiencies within 7 working days after receipt of a Government Contract Discrepancy Report (CDR). "Provide complete overview and supervision for all CDSS field activities. "Provide weekly reporting of all maintenance checks to contract COR. "Ensure correct functionality of dehumidifiers including check of charging as required. "Provide material handling equipment and drivers for maintenance and repair service, as required. MHE and workers shall work in accordance with Italian and US safety laws. "Supply and install all material and spare parts necessary to make all dehumidifiers and tunnels fully operational. SITE SURVEY The Contractor shall perform an initial site survey in order to identify priority of repair/upgrade to be performed. After completion of the survey the Contractor will provide the COR a schedule of identified tasks. INITIAL REPAIRS The Contractor shall make all tunnels and dehumidifiers fully operational in accordance with manufacturers Operation and Maintenance Manual and based on priority established upon completion of the site survey. Only one opening end must be maintained functional and then repaired in case of damage. The number of opening ends to be repaired/modified will be identified by the contractor during the pre-award site survey. "Inspect tunnel floor and inside of envelope for any tears or holes in the material, condition of buckles or for damage to any of the internal tunnel components attached to the internal surface of the tunnel envelope. "Inspect baseboards located inside the tunnel for damage. "Clean all zipper tracks to ensure that they are free of debris prior resealing tunnel. "Perform system startup and stabilization. "Conduct Relative Humidity (RH) levels checks to all units and make adjustments to the dehumidification system and humidistat as required to bring the internal humidity to be within the correct operating range. "Note all equipment operational discrepancies and external environmental conditions which do not allow the internal environment to be maintained at the optimal humidity range of between 40-50% RH. "Perform repair of damaged areas. MONTHLY SERVICE "Conduct Relative Humidity (RH) levels checks to all units and make adjustments to the dehumidification system and humidistat as required to bring the internal humidity to be within the correct operating range. "Document all equipment operational discrepancies and external environmental condition which do not allow the internal environment to be maintained at the optimal humidity range of between 40-50 % RH. "Visually inspect the CH Control Box & Litmus Disc Humidity Indicator to ensure normal functionality. "Inspect tunnel seal integrity. This inspection will also include an external examination of the envelope to include all zippers. "Document all significant holes or tears in the tunnel envelope. "Inspect anchoring system component condition and ensure proper tension in the tie down ropes. "All tunnel envelope and dehumidifier repairs shall be conducted in accordance with below paragraph describing scheduled inspection and repair. "Inspect tunnel floor and inside of envelope for any tears or holes in the material, condition of buckles or for damage to any of the internal tunnel components attached to the internal surface of the tunnel envelope. "Inspect baseboards located inside the tunnel for damage. "Clean all zipper tracks to ensure that they are free of debris prior to resealing tunnel. "Perform system startup and stabilization. "Perform repair of damaged areas. TUNNELS & DEHUMIDIFIERS REPAIRS "Perform repair of tunnels in accordance with manufacturer recommendations "Perform repair of dehumidifiers in accordance with manufacturer recommendations SEMI-ANNUAL SERVICE (OR EVERY 2,000 RUN HOURS) ON DEHUMIDIFIERS "The contractor shall perform this service on each dehumidifier at least twice a year during the performance period. A schedule of the service shall be submitted to the contracting officers representative within 14 calendar days after the date the contractor receives the entry passes. "Perform service and repairs in accordance with manufacturers Operation and Maintenance Manual "Inspections for the refrigeration circuit leaks and humidistat control are to be performed every 12 months or 4000 hours. UNSCHEDULED INSPECTION AND REPAIR Required when unexpected damage or failure are identified both in the dehumidifiers and tunnels.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABN/DABN13/W912PF09Q0001/listing.html)
- Place of Performance
- Address: ACA, RCO Vicenza Attn: AEUCC-I, Unit 31401, Box 33 APO AE
- Zip Code: 09630-3326
- Zip Code: 09630-3326
- Record
- SN01936749-W 20090903/090902011242-b882757967f6038536a6d15ebfc86ad5 (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 |