MODIFICATION
J -- Maintenance and repair of automatic gates at Camp Darby, Italy - Performance Work Statement Rev#1 dated 21 September 2016
- Notice Date
- 9/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- 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-0083
- Archive Date
- 10/8/2016
- 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
- Revised Performance Work Statement Solicitation Number: W912PF-16-T-0083 "Semiannual Maintenance and Repair of nineteen automatic gates, Camp Darby, Italy" 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-0083 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 811118. (v) The purpose of this combined synopsis/solicitation is to provide semiannual maintenance and repair of nineteen automatic gates for one (1) base year, plus two (2) option years, as described on the attached Performance Work Statement. Offerors are required to indicate the unit price and the total cost for the following items: BASE YEAR 0001-FFP Item - Semiannual Maintenance and repair of electrical, mechanical and safety control systems of nineteen automatic (entrance and exit) gates in the USAG Vicenza DMC Area at Camp Darby, Depot, Ammunition Area and Carabinieri Bar, in strict accordance with the attached Performance Work Statement, paragraph 1.7.4. Quantity 2 Unit of issue: each Unit price _________________ Total amount_________________ 0002- T&M Item- Scheduled repair and emergency repair, in strict accordance with the attached Performance Work Statement, paragraph 1.7.5. and 1.7.6. (Estimated quantity 300 hrs) NOTE: The time begins when the worker arrives at the work site and ends when the worker departs from the work site. The hourly rate shall include transportation costs. Quantity 300 Unit of issue: hours Unit price _________________ Total amount_________________ 0003- T&M Item-Material for Repair Work, in accordance with (IAW) paragraph 1.7.8. of the attached Performance Work Statement. The vendors are not requested to price this line Item. This item will be priced by the Government at the time of award. The Government estimated amount for this Line Item is Euro 8,500.00 (NTE). Quantity 1 Unit of issue: Job 0004- FFP Item- Submission of Quality Control Plan, as described on the Performance Work Statement at paragraph 4.3 Quantity 1 Unit of issue: Job Unit price _________________ Total amount_________________ 7500- FFP Item- Contract Manpower Reporting, in accordance with (IAW) para. 1.5 of the attached Performance Work Statement: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on "Department of the Army CMRA" or the icon of the DOD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ OPTION YEAR ONE 1001- FFP Item- Semiannual Maintenance and repair of electrical, mechanical and safety control systems of nineteen automatic (entrance and exit) gates in the USAG Vicenza DMC Area at Camp Darby, Depot, Ammunition Area and Carabinieri Bar, in strict accordance with the attached Performance Work Statement, paragraph 1.7.4. Quantity 2 Unit of issue: each Unit price _________________ Total amount_________________ 1002- T&M- Scheduled repair and emergency repair, in strict accordance with the attached Performance Work Statement, paragraph 1.7.5. and 1.7.6. (Estimated quantity 300 hrs) NOTE: The time begins when the worker arrives at the work site and ends when the worker departs from the work site. The hourly rate shall include transportation costs. Quantity 300 Unit of issue: hours Unit price _________________ Total amount_________________ 1003- T&M Item Material for Repair Work, in accordance with (IAW) paragraph 1.7.8. of the attached Performance Work Statement. The vendors are not requested to price this line Item. This item will be priced by the Government at the time of award. The Government estimated amount for this Line Item is Euro 8,500.00 (NTE). Quantity 1 Unit of issue: Job 1004-FFP Item- Submission of Quality Control Plan, as described on the Performance Work Statement at paragraph 4.3 Quantity 1 Unit of issue: Job Unit price _________________ Total amount_________________ 7501-FFP Item- Contract Manpower Reporting, in accordance with (IAW) para. 1.5 of the attached Performance Work Statement: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on "Department of the Army CMRA" or the icon of the DOD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ OPTION YEAR TWO 2001-FFP Item- Semiannual Maintenance and repair of electrical, mechanical and safety control systems of nineteen automatic (entrance and exit) gates in the USAG Vicenza DMC Area at Camp Darby, Depot, Ammunition Area and Carabinieri Bar, in strict accordance with the attached Performance Work Statement, paragraph 1.7.4. Quantity 2 Unit of issue: each Unit price _________________ Total amount_________________ 2002- T&M Item- Scheduled repair and emergency repair, in strict accordance with the attached Performance Work Statement, paragraph 1.7.5. and 1.7.6. (Estimated quantity 300 hrs) NOTE: The time begins when the worker arrives at the work site and ends when the worker departs from the work site. The hourly rate shall include transportation costs. Quantity 300 Unit of issue: hours Unit price _________________ Total amount_________________ 2003-T&M Item- Material for Repair Work, in accordance with (IAW) paragraph 1.7.8. of the attached Performance Work Statement. The vendors are not requested to price this line Item. This item will be priced by the Government at the time of award. The Government estimated amount for this Line Item is Euro 8,500.00 (NTE). Quantity 1 Unit of issue: Job 2004- FFP Item- Submission of Quality Control Plan, as described on the Performance Work Statement at paragraph 4.3 Quantity 1 Unit of issue: Job Unit price _________________ Total amount_________________ 7502-FFP Item- Contract Manpower Reporting, in accordance with (IAW) para. 1.5 of the attached Performance Work Statement: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on "Department of the Army CMRA" or the icon of the DOD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ (vi) Description of the requirements for the items being required: this combined synopsis/solicitation is for the maintenance and repair of nineteen automatic gates in the USAG Livorno Area at Camp Darby, Depot, Ammunition Area and Carabinieri Bar, Italy. (vii) Dates and places of delivery and acceptance and FOB point: Required Period of Performance: 28 September 2016 - 27 September 2017 (Base year) 28 September 2017 - 27 September 2018 (Option year one) 28 September 2018 - 27 September 2019 (Option year two) Location: The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. (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 (Dun & Bradstreet; phone: 02-28-455-379) 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: Experience, Certification and Price: Factor I -Experience: The offeror shall demonstrate recent and relevant experience in scope, complexity and price. The Government will evaluate the information concerning five (5) relevant projects provided by the offeror on the Attachment entitled "Experience Questionnaire" (in English) The technical factor will be rated on an acceptable/unacceptable basis using the following ratings: Rating description Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation Proposal which meets the minimum requirement of the solicitation is considered the following: The offeror demonstrates its experience on five contracts which are relevant to the scope, size and complexity of the specific requirement being procured. The work shall be in accordance with the description of the requirement contained in the Performance Work Statement (maintenance and repair of electrical gates). The past contract must be in progress from at least on year or completed within three years from the date of this combined synopsis solicitation. Proposal which does not meet the minimum requirements of the solicitation is considered the following: The offeror fails to demonstrate experience on five contracts which are relevant to the scope, size and complexity of the specific requirement being procured. The work are not in accordance with the description of the requirement contained in the Performance Work Statement (Maintenance and repair of electrical gates). The past contracts are not in progress from at least one year or are not completed within three years from the date of this combined synopsis solicitation. Factor II- Certification: This factor will be rated on acceptable or unacceptable basis using the following rating: Rating Desciption Acceptable Proposal clearly meets the minimum requirements of the solicitation Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation Proposal which meets the minimum requirement of the solicitation is considered the following: The offeror shall submit the below listed certificates: a. The offeror shall submit a copy of ISO 9001 certification b. The offeror shall submit a copy of Certificato Iscrizione Camera di Commercio Industria, Agricoltura e Artigianato" which certifies the qualification to execute electrical works as defined by Italian D.M 37/2008, Art. 1 lettera "a" c. The offeror shall submit a document which demonstrates to be an authorized technician of FAAC MFG Proposal which does not meet the minimum requirement of the solicitation is considered the following: The offeror fails to submit the below listed certificates: d. The offeror shall submit a copy of ISO 9001 certification e. The offeror shall submit a copy of Certificato Iscrizione Camera di Commercio Industria, Agricoltura e Artigianato" which certifies the qualification to execute electrical works as defined by Italian D.M 37/2008, Art. 1 lettera "a" f. The offeror shall submit a document which demonstrates to be an authorized technician of FAAC MFG Factor III- Price: The price quote will be evaluated separately from the other factors. 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 (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 specific FAR clauses listed in it and applicable to this acquisition are: 52.222-19 "Child labor - Cooperation with Authorities and Remedies, 52.222-50 Alt1 "Combating Trafficking in Persons", 52.225-5 "Trade Agreements", 52.225-13 "Restrictions on Certain Foreign Purchases" and 52.232-33 Payment by Electronic Funds Transfer - System for Award Management". (xiii) Additional contract requirements: a) The following provisions and clauses are applicable to this procurement (FAR - DFAR - Local Clauses): 52.212-4 Alt I -- Contract Terms and Conditions -- Commercial Items; 52.204-7 System for Award Management (Jul 2013); 52.204-7 Alt I System for Award Management-- Alternate I (Jul 2013); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52-204-9 "Personal Identity Verification of Contractor Personnel"; 52.211-16 "Variation in quantity"; 52.216-31 "Time and Material/Labor Hour Proposal Requirements - Commercial Items Acquisition; 52.223-5 "Pollution Prevention and Right to Know Information; 52.225-17 "Evaluation of Foreign Currency Offers" (Feb 2000); 52.228-4 "Workers' Compensation and War-Hazard Insurance Overseas" (Apr 1984); 52.232-8 "Discounts for Prompt Payment Feb 2002"; 52.233-1 "Disputes" (JUL 2002); 52.237-1 "Site Visit"; 52.237-2 "Protection of Government Buildings, Equipment and Vegetation" (Apr 1984); 52.242-15 "Stop-Work Order"; 52.212-3 "Offeror Representations and Certifications -Commercial Items" (Mar 2015); 52.212-5 "Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items" (May 2015); 52.214-34 "Submission of Offers in the English Language" (Apr 1991); 52.217-8 "Option to Extend Services" (Nov 1999); 52.217-9 "Option to Extend the term of the Contract" (Mar 2000); 52.245-1 "Government Property"; 52.245-9 "Use and Charges"; 52.252-1 "Solicitation Provision Incorporated by Reference" (Feb 1998); 52.252-2 "Clauses incorporated by Reference" (Feb 1998); 52.225-25 "Prohibition on Contracting with Entities in Certain Activities or Transactions"; 52.232-33 "Payment by Electronic Funds Transfer -System for Award Management"; 52.233-3 "Protest after Award"; 52.233-4 "Applicable Law for Breach of Contract Claim"; 252.201-7000 "Contracting Officer's Representative; 252.203-7000 "Requirement Relating to Compensation of Former DOD Officials"; 252.203-7998 "Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement"; 252.203-7999 "Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; 252.204-7003 "Control of Government Personnel Work Product"; 252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting"; 252.211-7003 "Item Unique Identification and Valuation"; 252.211-7007 "Reporting of Government Furnished Property"; 252.212-7001 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable" 252.222-7002 "Compliance with Local Labor Laws (Overseas)" (Jun 1997); 252.222-7003 "Permit from Italian Inspectorate of labor" (June1997); 252.223-7006 "Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials - Basic" (Sep 2014); 252.225-7041 "Correspondence in English" (June 1997); 252.225-7043 "Antiterrorism/Force Protection policy for Defense Contractors outside the United States" (Mar 2006); 252.229-7000; "Invoices exclusive of Taxes and Duties"; 252.232-7003 "Electronic Submission of Payment Requests"; 252.229-7001 "Tax Relief" (Sep 2014); 252.229-7003 "Tax Exemption" (Italy) (Mar 2012); 252.232-7006 "Wide Area Workflow Payment Instructions" (May 2013); 252.232-7008 "Assignment of Claims (Overseas)" (Jun 1997); 252.232-7010 "Levies on Contract Payment"; 252.243-7001 "Pricing of Contract Modifications"; 252.247-7023 "Transportation of Supplies by Sea"; 252.203-7005 "Representation Relating to Compensation of Former DOD Officials"; CCE 204-4004 "Non-Applicability of Italian Civil Code" (March 2005); CCE 233-4001 "Choice of Law - Overseas" (Italy) (March 2005); CCE 204-9001 "Us and Host Nations Holidays"; CCE.225-4001 "Installation Clearance Requirements"; CCE-233-4002 "AMC -Level Protest Program" (December 2008); CCE 237-4000 "Contractor Identification Requirement"; 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. d) A pre-proposal conference and site visit will be held on 19 September 2016, at 9:30 a.m. Meet at: Gate 27, Depot Area, Darby Military Community; Livorno, Italy. In order to participate all interested parties are invited to indicate their interest by submitting an email not later than 12:00 PM, GMT+1 (Rome) (noon), 16 September, 2016, to the following address: cristina.pancaccini2.ln@mail.mil and ketti.andrei2@mail.mil Please indicate in your e-mail the solicitation number (W912PF-16-T-0083) and the name of the company, address, phone number, fax number, e-mail address, and name(s) of the person(s) who will be present at the site visit: first name, last name, date of birth, place of birth, type and number of identification document. Only the persons who have provided the personal data will be allowed to attend the site visit. The Guards will check the identification card at the Gate. The offerors not present on the list will be denied the entrance to the Base. (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 23 September, 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. 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. NOTE: Sub-contracting will not be allowed. (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 56128 Tirrenia (PI), Italy E-mail: ketti.andrei2.ln@mail.mil Telephone: (39) 050-54-8368 Attachments: • Attachment #1 - Perfomance Work Statement Rev#1 dated 21 September 2016 • Attachment #2 - Experience questionnaire • Attachment #3 - Standard Operating Procedure Review (& Italian), dated 7 Jan 2016 • Attachment #4 - Camp Darby/Livorno Military Community Known Hazards General List (& Italian), dated January 2011 • Attachment #5 - DUVRI • Attachment #6 - Safety Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0c8944f3fdc65ab084634859c57d390e)
- Place of Performance
- Address: Camp Darby and Leghorn Army Depot, 56128 Tirrenia (Pisa), Italy, Non-U.S., Italy
- Record
- SN04283059-W 20160923/160922000300-0c8944f3fdc65ab084634859c57d390e (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 |