MODIFICATION
69 -- UP-INL Obstacles for MOI Project - Amendment 1
- Notice Date
- 2/10/2016
- Notice Type
- Modification/Amendment
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Regional Procurement Support Office Frankfurt, Germany, American Consulate General Frankfurt, Giessenerstrasse 30, 60435, Frankfurt am Main, Non-U.S., Germany
- ZIP Code
- 00000
- Solicitation Number
- SGE50016R0022
- Archive Date
- 3/5/2016
- Point of Contact
- Chris Ramey, Phone: 00496975353306, Colum Mullan, Phone: 49-69-7535-3341
- E-Mail Address
-
RameyCA@state.gov, mullancp@state.gov
(RameyCA@state.gov, mullancp@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Amended SOW Obstacle Course Combined Synopsis and Solicitation Notice Solicitation Number SGE500-16-R-0022 The American Consulate General Frankfurt hereby provides the following Solicitation Notice for Request for Proposals (RFP) for: The procurement and installation of items for an obstacle course to be used for the selection and training of police officers for a new tactical police division at the Vita Poshtova training center in Kyiv, Ukraine. All interested Vendors shall review the attached five pages of specifications along with the Statement of Work, images and descriptions found in the attachments: Synopsis: This is a combined synopsis/solicitation for 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; offers are being requested and a written solicitation will not be issued. The solicitation number is SGE500-16-R-0022 and is issued as a Request for Proposals (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-85, Dated: August 27, 2012. The vendor will provide and install the obstacle course equipment described below. In particular the following tasks should be executed: Line Description: U/I: Qty: Unit Total Item: Cost: Cost: 001 Preparation of land for obstacle bars LT 1 ________ __________ installation, total area of 7500 sq. meters (500m x 15m), 200 mm deep. (The obstacle course will be installed at a police academy location - NAVSU - on a pre-determined piece of land that is somewhat wooded and needs To be cleared as part of the installation) Production and installation of 13 different obstacles that will range in size, scope and complexity. Production and installation of horizontal bars made of wood Provision of floor cover under obstacles made Of wood chips to create a soft surface and to Preserve the ground underneath obstacles. Transportation of manpower and materials/ obstacles to/from the installation site. (Production specifications as per images and description in the applicable attachments) 002 DBA Insurance(if applicable) LT 1 ________ __________ DEFENSE BASE ACT (DBA) INSURANCE DBA insurance may be required in accordance with FAR clauses 52.228-3 and 52.228-4 contained in Section I. DOSAR Clause 652.228-70 contained in section K assists the Contractor in determining the need for DBA insurance or other coverage. DBA Insurance may be obtained from any U.S. Department of Labor (DOL) authorized DBA insurance broker. A list of DOL approved insurance brokers is available at http://www.dol.gov/owcp/dlhwc/lscarrier.htm. DBA insurance cost will be evaluated as part of the total evaluated fixed price and included in the fixed price of the contract (a) Bidders/offerors shall indicate below whether or not any of the following categories of employees will be employed on the resultant contract, and, if so, the number of such employees: Category Yes/No Number (1) United States citizens or residents (2) Individuals hired in the United States, regardless of citizenship (3) Local nationals or third country nationals where contract performance takes place in a country where there are no local worker’s compensation laws Local Nationals: _____ Third Country Nationals: _____ (4) Local nationals or third country nationals where performance takes place in a country where there are local worker’s compensation laws Local Nationals: _____ Third Country Nationals: _____ (b) It is the responsibility of the contractor to determine whether worker's compensation laws exist: [ ] Worker’s compensation laws exist that will cover local nationals and third country nationals. [ ] Worker’s compensation laws do not exist that will cover local nationals and third country nationals. (c) If the bidder/offeror has indicated “yes” in block (a)(4) of this provision, the bidder/offeror shall not purchase Defense Base Act insurance for those employees. However, the bidder/offeror shall assume liability toward the employees and their beneficiaries for war-hazard injury, death, capture, or detention, in accordance with the clause at FAR 52.228-4. Solicitation and Buy Attachments Contract Type: The Government intends to award a single, firm fixed price contract based upon the best value to the Government. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted to the POC's email address. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Delivery and Acceptance: The contractor shall deliver and install the obstacle course equipment to/at the Vita Poshtova, Training Center/Police Academy, Kyiv, Ukaraine. The successful bidder shall be required to send shipping documents in advance to enable the requesting office to seek necessary tax exemption certificates from the Government of Ukraine prior to arrival of shipment. The equipment shall be delivered and installed at the Police Academy within 45 calendar days after contract award. The U.S. Government will obtain customs clearance and tax exemption certificates, and pay customs duties, for the imported items. After customs clearance, the vendor will be responsible for arranging delivery to the Police Academy. The detailed delivery address will be provided after contract award. Applicable Clauses and Provisions: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-19, FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34,. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Additionally, the following DOSAR clauses apply: DOSAR 652.209-79 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Criminal Conviction under any Federal Law. DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUF 1999) (a) The contractor warrants the following: (1) That it has obtained authorization to operate and do business in the country or countries in which this contract will be performed, or will obtain such authorization before performance of this contract begins; (2) That it has obtained all necessary licenses and permits required to perform this contract, or will obtain such licenses and permits before performance of this contract begins;' (3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said country or countries during the performance of this contract. (b) If the party actually performing the work will be a subcontractor or joint venture partner, then such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of this clause. D.2 DOSAR652.229.70 EXCISE TAX EMPTION STATEMENT FOR CONTRACTORS WITHIN THE UNITED STATES (JUL 1988) This is to certify that item(s) covered by this contract is/are for export solely for the use of the U.S. Foreign Service Post identified in the contract schedule. The contractor shall use a photocopy of this contract as evidence of intent to export. Final proof of exportation may be obtained from the agent handling the shipment. Such proof shall be accepted in lieu of payment of excise tax. 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (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: • Probable life of the item selected as compared with that of a comparable item; • Warranty considerations; • Maintenance availability; • Past Performance; and • Delivery/Installation time Basis for Award The Government intends to award a contract resulting from this solicitation to the offeror whose offer will represent the best value to the Government and who is determined to be a responsible contractor within the meaning of FAR Part 9, paragraph 9.104. The evaluation will be conducted in accordance with the procedures set forth below: (i) Pricing The price will be evaluated by the lowest overall price of the aggregate sum of the items including the cost of delivery and installation to/at the final destination: Vita Poshtova Police Academy. (ii) Technical Capability The proposed obstacle course equipment shall meet all of the technical specifications and the delivery terms contained herein. The offerors shall provide with their proposal, at a minimum, existing product literature to substantiate the acceptability of their offered products in accordance with this solicitation. In addition, the offerors shall provide the: (A) The offerors shall propose with their offer a delivery time frame for delivery to the final destination; and (B) Details of warranty provisions available in Ukraine. (iii) Past Performance The offerors shall list a minimum of three contracts and/or subcontracts that they have held over the past two years to demonstrate their prior experience in supplying and installing obstacle course equipment to companies, organizations and other Government entities, etc. Any additional information, such as letters, associations and standards to substantiate the past performance shall be furnished by the offerors. The offerors shall provide the following information for each contract and/or subcontract: (A) Customer's name, address, and telephone numbers of customer's lead contract and technical personnel; (B) Type(s) and size(s) of obstacle courses/obstacle course equipment (C) Contract number; (D) Contract dollar value; and (E) Any terminations (partial or complete) and the reason (convenience or default). Technical capability and past performance, when combined, are equal to the price. Other Requirements: - New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. - Bid MUST be good for 60 calendar days after submittal of proposal. - All proposals and other correspondence must be in the English language. - Solicitation and award will be subject to the laws and regulations of the United States of America and is being competed utilizing full and open competition procedures. NOTE TO OFFERORS: NOTE: System for Award Management Registration (SAM) is a mandatory requirement in order to be considered for award. Please consider that the DUNs and NCAGE registration which are a prerequisite for the SAM registration will take up to two weeks to obtain, the SAM registration will in turn also require up to two weeks for the processing. Proposal Due Date: Submit your proposal (with all attachments) by email to: RameyCA@State.gov; proposals are due by Tuesday, February 2, 2016; at 1500 hrs, Central European Time. Additional Info: Contracting Office: Regional Procurement Support Office Frankfurt (see address above) Place of Delivery: Vita Poshtova Police Academy, Kyiv, Ukraine Point of Contact(s): Chris Ramey, Title: RPSO Procurement Agent, Phone: +496975353306, Fax: Email: RameyCA@State.gov Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-02-01 04:19:44">Feb 01, 2016 4:19 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-02-10 03:34:21">Feb 10, 2016 3:34 am Track Changes Amendment A002 The proposal deadline has hereby been extended until February 19, 2016. The FAC Circular reference has been updated and a new line item has been added to include Defense Base Act Insurance (if applicable). Appropriate DOSAR clause for DBA has also been added. The statement of work has been amended to reflect the actual delivery/installation time of 45 days as stated in the synopsis/solicitation. All other terms and conditions remain unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/94e7c4d26ec563248ccd1e5359e21d8d)
- Place of Performance
- Address: Vita Poshtova, Training Center/Police Academy, Kiev, Ukraine
- Record
- SN04017465-W 20160212/160210235547-94e7c4d26ec563248ccd1e5359e21d8d (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 |