Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
SOLICITATION NOTICE

Z -- Sustain Running Track behind Fitness Center, Area F, Aviano AB Italy - Price Estimate Breakdown - Technical Specifications

Notice Date
8/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
 
ZIP Code
33081
 
Solicitation Number
FA5682-F1F3A21171A002
 
Archive Date
9/29/2011
 
Point of Contact
Valeria Sist, Phone: 390434308043, Severino F Mion, Phone: 390434307138
 
E-Mail Address
Valeria.sist@aviano.af.mil, severino.mion@aviano.af.mil
(Valeria.sist@aviano.af.mil, severino.mion@aviano.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Scope of Work for Project ASHE 11-1119 Sustain Running Track behind Fitness Center, Area F Aviano AB Italy ASHE 11-1119 Price Estimate Breakdown (i) This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5682-F1F3A21171A002. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This solicitation is set-aside as unrestricted. The North American Industry Classification System (NAICS) code is 238990. (v) Potential offerors are to quote on the following line item(s): Line item Item Description Quantity & U/I TOTAL PRICE 0001 The contractor shall furnish all labor, equipment, materials, transportation, supervision and any other necessary work to accomplish the project herein listed at the price listed below in accordance with the technical specifications. "Scope of Work for Project ASHE 11-1119 Sustain Running Track behind Fitness Center, Area "F", Aviano AB, Italy". 1 LUMP SUM EURO ___________ (vi) Offerors are authorized to quote line items indicated above on the "Price Estimate Breakdown". (vii) Items/services will be delivered and accepted at FOB Destination, Aviano AB (Base Aerea di Aviano 33081 Aviano (PN)/the physical place of performance. The performance period of this project is 90 calendar days. (viii) FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008), applies to this acquisition. No addenda to this provision (ix) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming with this RFQ is determined to be the lowest priced technically acceptable offeror with an acceptable performance confidence. Initially offers shall be ranked according to price, lowest to highest. Technical evaluation shall then be performed on the lowest priced offer and subsequently the performance confidence evaluation shall be performed if the technical evaluation result is an "acceptable" assessment. If the lowest priced offer has an evaluated "acceptable" rating for the Technical factor and an Acceptable Performance Confidence, award will be made to that firm and the evaluation process will stop at that point. If instead the low priced offer has not been assessed an "acceptable" rating for the technical factor or an acceptable assessment for performance confidence, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have an "acceptable" Technical factor rating and an Acceptable Performance Confidence or until all offerors are evaluated The following factors shall be used to evaluate quotations: a. Price. The offer will be evaluated on the total price of all Contract Line Item Numbers (CLINS) contained in the schedule. Failure to include all prices may exclude the offeror from further consideration for award, as the Government may award without discussions. However, the Government does reserve the right to conduct discussions. The standard for price is met when the price is determined fair and reasonable. b. Technical Evaluation. Technical evaluation shall be on an acceptable/unacceptable basis, determined based on submittal of acceptable documentation, certifications and past experience using the ratings listed below: Acceptable: Quotation clearly meets the minimum requirements of the solicitation. Unacceptable: Quotation does not clearly meet the minimum requirements of the solicitation. The offeror will be evaluated on the following subfactors: 1. Subfactor 1Legal Standing. The standard is met when the following valid documentation is included in the offer: a. Certificate of enrollment with the Chamber of Commerce providing the authority of the firm to operate in the specific business sector of the instant solicitation or US/European equivalent. The documentation must not be older than 90 calendar days from date of quotation; and b. DURC document issued by Italian authorities or equivalent document issued by member nation of the European Community. The DURC document shall be submitted for direct hire employees as well as any self employed person and subcontractors. This document must not be older than 90 calendar days from date of quotation. 2. Subfactor 2. Experience. The Offeror must submit evidence of at least 3 contracts performed within the last 5 years from the date of the release of the subject solicitation that involved substantially the same work/trades and complexity as the instant requirement. The standard is met when the past experience documentation submitted evidences that the offeror has performed substantially the same work/trades and complexity required to perform the project of this solicitation and is therefore technically capable to successfully complete the work. c. Performance Confidence - Past performance shall be evaluated to determine the offeror's performance confidence as either acceptable or unacceptable: Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offerors will be able to successfully perform the required effort. The basis for the performance confidence evaluation shall be contractor-provided evidence of performance of contracts for work which is similar in type, scope, magnitude and complexity to the work described in this solicitation. The Government reserves the right to seek past performance information from other sources, such as the Contractor Performance Assessment Report System (CPARS). Any additional information will be evaluated in the same manner as offeror supplied references. The Government will rate the offerors performance confidence as follows: (a) Acceptable: The contractor has provided evidence, in the form of three (3) references, of successful contract performance within the last 5 years from the date of the release of the subject solicitation where the Offeror is/was responsible for performing work similar in type, scope, magnitude and complexity to the work described in this solicitation. Information gained from the references and/or information obtained by the Government from other sources reveals acceptable performance. (b) Unacceptable: (i) The offeror has failed to provide evidence, in the form of three (3) references, of successful contract performance within the last 5 years from the date of the release of the subject solicitation where the Offeror is/was responsible for performing work similar in type, scope, magnitude and complexity to the work described in this solicitation. The information gained from the references and/or information obtained by the Government from other sources reveals unacceptable performance. The Contractor was given the opportunity to address negative past performance information by the pertinent assessing official and the unacceptable rating was confirmed. In the event the Offeror was not given the opportunity to address the negative past performance information the Government shall afford the offeror an opportunity to address such information prior to assigning a rating for the instant solicitation; or (ii) the past performance information sought and obtained by the Government reflects other than acceptable performance by the offeror. The standard for past performance is met when the offeror is determined to have an acceptable performance confidence assessment. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. No addenda to this clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) (DEVIATION). (xiii) The following clauses and provisions apply to this solicitation and are included in full text or by reference with the same force and effect as if they were given in full text: 52.203-2 Certificate of Independent Price Determination (Apr 1985) 52.203-3 Gratuities (Apr 1984) 52.203-6 Restriction on Subcontractors Sales to the Government (Sep 2006) Alternate I (Oct 1995) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 Central Contractor Registration (Apr 2008) 52.222-1 Notice to the Government of Labor Disputes (Feb 1997) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.229-6 Taxes-Foreign Fixed Price Contracts (Jun 2003) 52.232-34 Payment by Electronic Fund Transfer-Other than Central Contractor Registration (May 1999) 52.233-1 Disputes (Jul 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-4 Alterations in Contract (Apr 1984) - Portions of this contract are altered as follows: Clause 5352.242-9000 - The altered text can be seen in full text of the clause. 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Sep 2007) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 1996) 252.212-7000 Offeror Representation and Certifications-Commercial Items (Jun 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) 252.222-7002 Compliance with Local Labor Laws (Overseas)(Jun 1997) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7000 Invoices Exclusive of Taxes or Duties (June 1997) 252.229-7001 Tax Relief (Jun 1997) 252.229-7003 Tax Exemptions (Italy) (Jan 2002) 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 52.232-7008 Assignment of Claims (Overseas)(Jun 1997) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Transportation of Supplies by Sea (May 2002) Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) 5352.201-9101 Ombudsman (Apr 2010) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Ods)(Apr 2003) 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.225-9004 Submission of Offers in Other than United States Currency (Jun 2006) The following clause and provision applies to this solicitation and is included by full text: 5352.242-9000 Contractor Access to Air Force Installations (August 2007)(ALTERED) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. The Contractor shall process required documentation in due time to comply with required performance periods of the contract by taking into consideration that the controlling authorities require an average of 2 to 3 weeks to issue base access permits. The contractor shall inform all assigned workers that they may be subject to search, at the discretion of the installation commander, when entering or leaving the installation. (b) (1) U.S. Air Force installations. The Contractor shall complete the base access request forms furnished by the Contracting Officer. The completed forms shall be given to the Contracting Officer or designated representative for approval and subsequent authentication and issuance of base access credentials by the appropriate Security Forces office. (2) Other than U.S. Air Force installations. The Contractor shall comply with documentation and information request and procedures mandated by controlling authorities through the Contracting Officer. (c) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor is forewarned that work shall be performed under escort and entry/exit procedures may require up to two hours. The area entry and exit times are at no additional cost to the U.S. Government. Furthermore the Contractor shall provide the Contracting Officer with the following information for vehicles: Make, model, year of manufacture, capacity, type, license number, and insurance policy number. (d) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. In addition base passes shall be returned when: (1) Permit holder is no longer employed by the Contractor. (2) Employee has subsequently been served sentence or has committed a criminal offense and is subject to proceedings. (3) Contracting Officer so directs. (e) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (a) A site visit will be conducted at Aviano Air Base Italy convening at Gate 8/LVIS gate, Area F on 23 AUG 2011 at 09:00 hrs. (b) The following documents are required to be submitted as the quotation. Failure to reply to this request to include any of the documents may be cause for rejection of the quotation: a. the attached Price Estimate Breakdown; b. Certificate of Enrollment with the Chamber of Commerce and DURC; b. evidence of at least three contracts performed within the last 5 years from the date of the release of subject solicitation that involved substantially the same work/trades and complexity of the instant requirement. Note: The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil/; http://farsite.hill.af.mil/VFDFARA.HTM (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Any responsible vendor can submit a quotation to this agency. Quotations received will be reviewed and considered for award. Quotes are due to this office no later than 1700 hrs, Central European Time, 14 SEP 2011. Quotes can be faxed to the following number, 011-39-0434-308557 or sent via e-mail to valeria.sist@aviano.af.mil or mailed to 31st Contracting Squadron/LGCC Via Pordenone 89/B Area E Bldg 600 33081 Aviano (PN) Italy. All quotes must include the following information: Company's complete mailing and remittance address with information for EFT payments (including bank name and address, IBAN, CIN, SWIFT), discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. (xvi) The point of contact for this combined synopsis/solicitation is Mr. Valeria Sist/Contract Specialist (valeria.sist@aviano.af.mil, tel. 011-39-0434-30-8043, fax 011-39-0434-308557) or Mr. Severino Mion/Contracting Officer (severino.mion@aviano.af.mil, tel. 011-39-0434-8553, fax 011-39-0434-308557). NOTE: Funds are not presently available for this requirement. The Government's obligation to award this requirement is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. No Award will be made until funds are available. The Government reserves the rights to cancel this request, either before or after the closing date, with no obligation to the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/31CS/FA5682-F1F3A21171A002/listing.html)
 
Place of Performance
Address: Running Track behind Fitness Center, Area F, Aviano AB Italy, Italy
 
Record
SN02536935-W 20110818/110817000414-bf8a7870aab2a2284bfe3b50b217d776 (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.