MODIFICATION
61 -- Supply of Resin Transformers
- Notice Date
- 5/11/2016
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 414th CSB (W912PF) Vicenza, UNIT 31401 BOX 33, APO AE, 09630, Italy
- ZIP Code
- 00000
- Solicitation Number
- W912PF-16-T-0040
- Archive Date
- 6/4/2016
- Point of Contact
- Ketti Andrei, Phone: 0039050548368
- E-Mail Address
-
ketti.andrei2.ln@mail.mil
(ketti.andrei2.ln@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W912PF-16-T-0040 Supply of Resin Transformers Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures for commercial information found at FAR 13 and as supplemented with the 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 is W912PF-16-T-0040 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-87-2 / 04-06-2016. (iv) This part, except for Subpart 19.6, applies only in the United States or its outlying areas. This procurement is not a set-aside. The associated NAICS code is 335311. (v) The purpose of this combined synopsis/solicitation is to supply and deliver three each resin transformers, as described on the attached document, named “Attachment #1 -Technical characteristics of the resin transformers”. Offerors are required to indicate the unit price and the total cost for the following items: 0001- Resin Transformer 315 KVA 15 KVA 400-220 V, three phases, as indicated on the “Attachment #1 - Technical characteristics of the resin transformers” document, CLIN 0001. Quantity 1 Unit of issue: each Unit price __________________ Total amount_____________________ 0002- Resin Transformer 500 KVA 15 KVA 400-220 V, three phases, as indicated on the “Attachment #1 - Technical characteristics of the resin transformers” document, CLIN 0002. Quantity 1 Unit of issue: each Unit price __________________ Total amount_____________________ 0003- Resin Transformer 250 KVA 15 KVA 400-220 V, three phases, as indicated on the “Attachment #1 - Technical characteristics of the resin transformers” document, CLIN 0003. Quantity 1 Unit of issue: each Unit price __________________ Total amount_____________________ (vi) Description of the requirements for the items being required: The purpose of this combined synopsis/solicitation is to purchase and deliver three (3) each resin transformers to be used by the Public Work Office, Leghorn Army Depot – Camp Darby, Supply Warehouse, Via Aurelia, 56128 Tirrenia (Pisa), Italy. (vii) Dates and places of delivery and acceptance and FOB point: Required Delivery Date: Two months after award. The material shall be delivered, FOB destination, to the below address: Public Work Office, Supply Warehouse Leghorn Army Depot Camp Darby, Via Aurelia, 56128 Tirrenia (Pisa), Italy. (viii) The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offerors are reminded that to be awarded a government contract you MUST possess a DUNS (http://fedgov.dnb.com/webform ) and NCAGE (www.dlis.dla.mil/Forms/Form_AC135.asp) numbers and be registered in SAM (https://www.sam.gov/portal/public/SAM/) in accordance with FAR 52.204-7 Alt I entitled System for Award Management Registration (August 2012). (ix) The provision at 52.212-2, Evaluation — Commercial Items, applies to this acquisition. The addendum to paragraph (a) is as follows: 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. The following factors will be used to evaluate offers: technical capability of the item offered to meet the Government requirement, delivery schedule and price. A contract will be awarded to the Vendor who has submitted the lowest price technically acceptable. Quotes will be evaluated for fair and reasonableness and for unbalanced pricing. In case of multiple CLINs, the Government intends to award all or none of the CLINs. (x) In accordance with Subpart 4.12-Representations and Certifications; 4.1201 Policy. (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration (see FAR 4.1102). (b)(1) Prospective contractors shall update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM. (xi) The provision at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following FAR Clauses under this clause are checked and are applicable to this acquisition: FAR 52.222-19, Child Labor; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration, FAR 52.222-50 Alt. 1 Combating Trafficking in Persons. (xiii) Additional contract requirements: a) The following provisions and clauses are also applicable to this procurement (some are local clauses that specifically apply to Italy): FAR 52.204-9 Personal Identity Verification Contractor Personnel FAR 52.212-3, Offeror Representations and Certifications – Commercial Items; FAR 52.214-34, Submission of Offers in the English Language; FAR 52.225-14 Inconsistency between English Version and Translation of the Contract; 52.233-1 Disputes; 52.252-1 Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses incorporated by reference; DFAR 252-203-7998 Prohibition on Contracting with Entities that require certain internal confidentiality Agreements – Representation (Deviation 2015-O0010); DFAR 252-203-7999 Prohibition on Contracting with Entities that require certain internal confidentiality Agreements (Deviation 2015-O0010):DFAR 252.225-7041, Correspondence in English; DFAR 252.225-7042, Authorization to Perform; DFAR 252.229-7000, Invoices exclusive or Taxes or Duties; DFAR 252.229-7001, Tax Relief; DFAR 252.220-7003, Tax Exemption (Italy); DFAR 252.232-7008, Assignment of Claims (Overseas); DFAR 252.232-7006 Wide Area Work Flow Payment Instructions; CCE-204-4004 Non Applicability of Italian Civil Code, CCE-233-4001, Choice of Law-Overseas, CCE-233-4002, AMC-Level protest Program; CCE-233-4000 Independent Protest Review Official; FAR 52.204-7 System for Award Management Registration; FAR 52.232-8 Discounts for prompt payment, FAR 52.233-3, Protest after Award. b) The full text of these clauses and provisions may be accessed electronically at the following website: http://farsite.hill.af.mil. c) This contract will utilize Wide Area Workflow (WAWF) which is a secure Web-based system for electronic invoicing, receipt and acceptance. The WAWF application enables electronic form submission of Invoices and Government Inspection and Acceptance documents in order to support DoD’s goal of moving to a paperless acquisition process. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All proposals must be submitted to the Contracting Officer no later than 12:00 p.m. (GMT+01:00, Rome) on May 20, 2016. All quotes shall be submitted in English and include the company point of contact, phone number, and email address. Quotes shall be submitted through e-mail to the mailing address identified in paragraph (xvi). Quotes shall include a copy of this document, the vendor’s quote and catalogs reporting the technical characteristics of the item quoted. The price should be submitted in EURO without IVA or in US dollars The United States government is exempt from payment of Imposta Valore Aggiunto (IVA) tax in accordance with DFAR 252.229-7003, Tax Exemptions, and with Article 72 of the Italian IVA implementing Decree Law 633, dated October 26, 1972. (xvi) The Point of Contact and address for this contract is: Ketti Andrei Purchasing Agent Regional Contracting Office – Sub-Office Livorno Commando Americano Camp Darby – Depot Area 56018 Tirrenia (PI); ITALY Email: ketti.andrei2.ln@mail.mil Telephone: (39) 050-54-8368 Attachments: • Attachment #1, “Technical Characteristics of the Resin Transformers”
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06180ac4035601a9647d99e76e3b9564)
- Place of Performance
- Address: Public Work Office, Supply Warehouse, Leghorn Army Depot, Camp Darby, Via Aurelia, 56128 Tirrenia (Pisa), Italy., Tirrenia, Pisa, Non-U.S., 56018, Italy
- Record
- SN04114244-W 20160513/160511235306-06180ac4035601a9647d99e76e3b9564 (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 |