SOLICITATION NOTICE
B -- UNGULATES POPULATION CONTROL AT U.S. ARMY GARRISON (USAG) - ITALY
- Notice Date
- 8/19/2020 6:06:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- 0414 AQ HQ CONTRACT AUG APO AE 09630 USA
- ZIP Code
- 09630
- Solicitation Number
- W912PF20Q0055
- Response Due
- 9/18/2020 3:00:00 AM
- Archive Date
- 10/03/2020
- Point of Contact
- Sonia Zanobini, Phone: 0039050548364, Fax: 0039050548289, Cristina Pancaccini, Phone: 0039050548365, Fax: 0039050548289
- E-Mail Address
-
sonia.zanobini2.ln@mail.mil, cristina.pancaccini2.ln@mail.mil
(sonia.zanobini2.ln@mail.mil, cristina.pancaccini2.ln@mail.mil)
- Description
- Solicitation Number: W912PF20Q0055 UNGULATES POPULATION CONTROL AT U.S.� ARMY GARRISON (USAG) - 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 W912PF20Q0055 and 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 541620. (v) �Description of the requirements for the items being required: �The purpose of this combined synopsis/solicitation is to perform ungulate population control at U.S.� Army Garrison (USAG) � Italy.� USAG-Italy is required to contain Fallow Deer and Wild Boars, The service is required to comply with Park Authority prescriptions issued as part of the approval process for DOD projects already executed or under construction.� The service will be performed in the Ammunition and Supply Area (ASA) which is part of the Camp Darby Military Community. (vii) Dates and location (place of delivery and acceptance): � Required Period of Performance: 28 September 2020 � 27 September 2021 (Base Year) 28 September 2021 � 27 September 2022 (Option Year One) 28 September 2022 � 27 September 2023 (Option Year Two) 28 September 2023 � 27 September 2024 (Option Year Three) 28 September 2024 � 27 September 2025 (Option Year Four) The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. The service will be performed in accordance with Performance Work Statement titled �Ungulates Population Control at U.S.� Army Garrison (USAG) - Italy� included in the attached Request for Quotation W912PF20Q0055. (viii) The provision at 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. An addenda to this clause is provided in Attachment 1. Offerors are reminded that to be awarded a government contract you MUST possess a DUNS (Dun & Bradstreet; 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 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. This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced offer that meets or exceeds all the minimum mandatory criteria in the solicitation evaluation factors. The following factors shall be used to evaluate offers: Factor I � Past Experience Factor II � Past Performance Factor IIIV - Price See attached Request for Quotation W912PF20Q0055 for details. For the determination of responsibility the quoter shall provide; Documento Unico di Regolarita;� Contributiva (DURC) Certificate of Chamber of Commerce Certificate (Odinario) Self-Certification for Anti-Mafia Communication � See attached Request for Quotation W912PF20Q0055 for details. � (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. (xiii) The specific FAR clauses applicable to this acquisition are included in the attached Request for Quotation W912PF20Q0055. �(xiii) Additional contract requirements: The quoters are put on notice that no pre-proposal conference and / or site visit will be held. All prospective quoters are highly encouraged to ask questions regarding this Request for Quotation by email to Ms. Sonia Zanobini at Sonia.zanbini2.ln@mail.mil and to Ms. Cristina Pancaccini2.ln@mail.mil. Questions shall be submitted not later than COB, 04 September 2020. Answers to questions may be posted to https://beta.sam.gov/ (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All quotes must be submitted to the Contracting Officer as specified in the attached Request for Quotation W912PF20Q0055.� The price should be submitted in EURO without IVA.� 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 requirement is: Sonia Zanobini 414TH CSB RCO ITALY SUB-OFFICE LIVORNO Via Aurelia, Edificio 5131 Zona Deposito 56128 Tirrenia (Pisa), Italy Email: Sonia.zanobini2.ln@mail.mil Telephone: (39) 050-54-8364 Alternate Point of Contact for this requirement is: Cristina Pancaccini 414th CSB RCO ITALY SUB-OFFICE LIVORNO Via Aurelia, Edificio 5131 Zona Deposito 56128 Tirrenia (Pisa), Italy Email:� Cristina.pancaccini2.ln@mail.mil Telephone:� (39) 050-54-8364 Attachments: Request for Quotation W912PF20Q0055 Attachment #1- Updated Standard Operating Procedure Review (English) dated 07 January 2016 Attachment #2 - Updated Standard Operating Procedure Review (Italian) dated 07 January 2016 Attachment #3 - Hazard General List (English & Italian) dated July 2008 Attachment #4 � Past Experience Questionnaire Attachment #5 � Past Performance Questionnaire Attachment #6 � Self Certification for Antimafia Communication
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e2a3628977b24cdb8dd01eab10860c69/view)
- Place of Performance
- Address: ITA
- Country: ITA
- Country: ITA
- Record
- SN05764850-F 20200821/200819230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |