SOLICITATION NOTICE
68 -- Supply of Liquid Gas at Camp Darby, Tirrenia, Pisa. Italy
- Notice Date
- 11/5/2024 2:11:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- 0414 AQ HQ CONTRACT AUG APO AE 09630 USA
- ZIP Code
- 09630
- Solicitation Number
- W912PF25QLIQU
- Response Due
- 11/15/2024 3:00:00 AM
- Archive Date
- 11/30/2024
- Point of Contact
- Ketti Andrei, Phone: 00390509658766, Fax: 050548289, Sonia Zanobini, Phone: 00390509658762
- E-Mail Address
-
ketti.andrei@eur.army.mil, sonia.zanobini2.ln@army.mil
(ketti.andrei@eur.army.mil, sonia.zanobini2.ln@army.mil)
- Description
- Solicitation Number: W912PF-25-Q-LIQU �Supply of Liquid Gas� AMENDMENT 0001: The purpose of this Amendment is to replace �Attachment 2 � Purchase Description for the Supply of Liquid Gas� with a Revised copy of this document, named �Attachment 2 � Rev 1 -Revised Purchase Description for the Supply of Liquid Gas�. Changes to this attachment are highlighted in yellow. The due-in date remains unchanged. 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 13.5 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-25-Q-LIQU and it 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 procurement is not a set-aside.� The North American Industry Classification System (NAICS) code for this project is 325120. (v) �Description of the requirements for the items being required: � The purpose of this combined synopsis/solicitation is to establish a Blanket Purchase Agreement (BPA) for the supply of liquid gas to fill in the tanks at USAG Italy DMC, Camp Darby, Tirrenia, Pisa, Italy, as described in detail on �Attachment 2 � Rev1_ Revised Purchase Description for the Supply of Liquid Gas�. ATTACHMENTS: Attachment 1 - LPG tank map Attachment 2 - Rev1 � Revised Purchase Description for the Supply of Liquid Gas Attachment 3 - Quoter Pricing Table (Vendors are required to specify the unit and total costs on ��the pricing table. The price must include the delivery of the liquid gas, the installation and the eventual future removal of the tanks.) Attachment 4 - BPA Terms and Conditions Attachment 5 - Self-Certification for Antimafia Communication� (vi) Dates and location (place of delivery and acceptance): The BPA will be for five years Required Period of Performance: 7 January 2025 � 6 January 2030� The delivery of the liquid gas will take place (FOB Destination) to the following address: Camp Darby, Via Vecchia Livornese, 56128 Tirrenia� (Pisa), Italy������� (vii) The provision at 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. An addendum to this provision is also incorporated in the Solicitation. Offerors are reminded that to be awarded a government contract you MUST be registered in SAM (https://www.sam.gov/portal/public/SAM/). Addendum to FAR 52.212-1: I. Documentation to be submitted All QUOTES must be submitted to the Contracting Officer no later than 15 November 2024 at 12:00 p.m. ""noon"" (local time, Rome, Italy). All quotes shall be submitted in English and shall include the company point of contact, phone number, and email address. The Point of Contact and address for this contract is: Ketti Andrei 414th Contracting Support brigade - RCO Vicenza Phone: 050-965-8766 Email: ketti.andrei2.ln@army.mil The alternate point of contact for this requirement is: Sonia Zanobini 414th Contracting Support Brigade � RCO Vicenza Phone: 050-965-8762 Email: Sonia.zanobini2.ln@army.mil Only E-mail quotes will be accepted. Quotes shall include one scanned copy of the dated quote signed by an official of the Company fully authorized to bind the quote. The quotes shall be submitted in Adobe Acrobat (PDF) format. E-Mail Submission Instructions: Quoters shall submit their quotation via E-Mail using the subject line �W912PF25QLIQU � Supply of Liquid Gas�. If more than one email is required to submit all quotation attachments, quoters shall indicate in the E-Mail number at the end�of the subject (i.e. for the first of three E-Mails �W912PF25QLIQU � Supply of Liquid Gas�, E-Mail 1 of 3). If the quotation submission requires multiple E-Mails to submit, ALL E-Mails shall be submitted prior to the time listed above. E-Mails received after that time will be considered late and the quote will be rejected. (NOTE: Recommended maximum file(s) size per email is no larger than 5MB. If quotation documents exceed 5MB, submit in multiple emails.) Quoters shall include the names and number of attachments in the body of each E-Mail. E-Mail submissions shall be sent to both above email addresses. Be advised that the Government does not provide automatic notification of receipt; please contact the point of contact via telephone or email to receive confirmation. To be awarded a government contract you MUST have an NCAGE code (www.siac.difesa.it/) and be registered in SAM (https://www.sam.gov). Pre-Quote Conference: The Pre-Quote Conference will be held via Teams on 23 October 2024 at 10.00 am. Please, send an e-mail to Ms. Andrei and Ms. Zanobini, indicating your intent to participate to the Conference and providing the names and e-mail addresses of the persons that would like to participate, not later than 18 October 2024. A link with the invitation will be sent, before the pre-quote conference date and time. Questions and Answers: All prospective quoters are highly encouraged to ask questions regarding this RFQ by email to Ketti Andrei at ketti.andrei2.ln@army.mil and to Sonia Zanobini at Sonia.zanobini2.ln@army.mil no later than ten (10) calendar days following the posting of this Solicitation. Answers to questions may be posted to https://sam.gov//. II. Documentation required for the Evaluation 1. Failure to address all the mandatory requirements may cause the bidder to be disqualified from further consideration. 2. The quoter is responsible for submitting a well-written quote, with adequately detailed information, which clearly demonstrates compliance with the request for quotation (RFQ). Factor I � Certifications The following certifications shall be submitted and the offeror shall demonstrate to be in possession of the following documentation: - Certificate of the Chamber of Commerce (Visura Camerale), showing qualification to letter E (for GPL suppliers), as per Italian DM.37-08. - Copy of �Dichiarazione di non essere soggetto di provvedimenti di sospensione o interdittivi di cui all�art. 14 eel D. LGS n.81-2008�. Factor II � Price Each Quoter shall provide a price for each CLIN included in the request for quotation, in Euro currency and without IVA tax. 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. III. Documentation Required for the Determination of Responsibility a. Documento Unico di regolarita� Contributiva �(DURC) The Quoter shall provide with the quote a copy certified and NOT older than 90 ninety days at the time set forth for the receipt of the quote of the DURC. (Documento Unico di Regolarita� Contributiva). Self-certifications are NOT accepted, however if the Quoter has submitted a certified DURC to the issuing office (RCO Sub-Office Livorno) within 90 days from the due date of this quote, then the Quoter may submit a copy of the previously certified DURC. The document MUST include the following statement otherwise the quote will be rejected: �Con il presente document si dichiara che l�impresa RISULTA REGOLARE ai fini del DURC�. b. Self-Certification for Antimafia Communication: the Quoter shall complete the �Attachment 5 - Self-Certification for Antimafia Communication�, consisting of one (1) page. IV. Army Contract Writing System (ACWS) Transition Information for Offerors: a.�������� The Army Contracting Enterprise (ACE) is in the process of deploying new solicitation and contract writing software to Army contracting offices worldwide. Known as the Army Contract Writing System (ACWS), this modern software suite will soon replace most existing Army contract writing systems, including the system used to create and release this Solicitation. b.�������� During this transition period, Offerors are hereby advised: 1.�������� The Contracting Office may use any combination of contract writing systems to create and release documents related to this solicitation (e.g. solicitation amendments and awards, if any). Due to this: i.��������� This solicitation may contain different offer submission instructions than other solicitations released by the same Contracting Office (e.g. requiring offer submission via the PIEE Solicitation Module vs. e-mail). Offerors should review all offer submission instructions contained in the solicitation documents and direct any questions or concerns to the Contract Specialist or Contracting Officer. ii.�������� If the Contracting Office switches contract writing systems prior to award, documents you receive from the Contracting Officer or view on SAM.gov or other forums may appear noticeably different than the initial solicitation or previous solicitations or awards from the same Contracting Office. This is normal and expected. iii.������� A change between contract writing systems may cause important information concerning solicitation response (amendments) or accepted terms (awards) to take on different formatting or appear in different parts of later documents issued. Offerors shall review all documents carefully to locate this important information and direct any questions or concerns to the Contract Specialist or Contracting Officer. 2.�������� The Government does not intend to use the transition between contract writing systems to effect any changes to solicitation or award terms and conditions without accompanying document narratives explicitly stating such changes are deliberate and desired. While the Contract Specialist and Contracting Officer will take care to minimize or eliminate any inadvertent changes when adapting to the new contract writing software, you, as the Offeror, may still be the first to spot such errors. Therefore, Offerors shall: i.��������� Notify the Contracting Officer immediately if any observed changes, removals, or additions affect your award eligibility, violate or alter existing quote/proposal terms, or could affect Contract performance post-award. ii.�������� Take special care to ensure all fill-in Clauses are populated and remain populated across documents received from the Contracting Office throughout the Solicitation and Award process. iii.������� Contact the Contracting Officer listed on the first page of the solicitation or solicitation amendment for guidance if you notice or suspect any inadvertent change has occurred between document issuances. 3.�������� The Contracting Officer will correct problems affecting award documents (if any) via bilateral modification, at no cost to the Contractor. Any such modification will reconcile the award with the latest version of this solicitation reflecting deliberate action by the Contracting Officer (e.g. the first issuance if no amendments, or the latest amendment with accompanying narratives), inclusive of any documented pre-award negotiations or accepted supplemental offer terms. 4.�������� In the unlikely event a network disruption, contract writing system error, or financial system error threatens timely award of the requirement set forth in this solicitation, the Contracting Officer: i.��������� May elect to use alternative mechanisms to obligate funds and allow work or deliveries to legally begin to the benefit of, and with legal protection for, both parties. ii.�������� Will incorporate the latest version of this Solicitation into such mechanisms to serve as a framework for contract execution until any such system problems are resolved. iii.������� Will ensure any action taken does not conflict with the stated offer evaluation and award methodology of this requirement. iv.������� Will issue a complete, properly-formatted award accurately reflecting this requirement and all applicable terms and conditions once systems return to normal. (End of Addendum to FAR 52.212-1) (xiii) The provision at 52.212-2, �Evaluation � Commercial Items� applies to this acquisition. An Addendum to FAR 52.212-2 is incorporated in the Solicitation. This Provision has been tailored to this procurement and provided in full text below: a) The Government will award a (one) Blanket Purchase Agreement 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: Factor I � Certifications Factor II � Price: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all years. The Government may determine that an offer is unacceptable if the five years�prices are significantly unbalanced. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a Blanket Purchase Agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Addendum to FAR 52.212-2: I. Basis for Award 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. II. Factors to be Evaluated a. The evaluation factors for this solicitation are: Factor I � Certifications �Acceptable: Quote meets the requirements of the solicitation. �Unacceptable: Quote does not meet the requirements of the solicitation. Acceptable: The quote meets the minimum requirements of the solicitation if the quoter provides the below Certification: - Certificate of the Chamber of Commerce (Visura Camerale), showing qualification to letter E (for GPL suppliers), as per Italian DM.37-08. - Copy of �Dichiarazione di non essere soggetto di provvedimenti di sospensione o interdittivi di cui all�art. 14 eel D. LGS n.81-2008�. Unacceptable: The quote does not meet the minimum requirement of the solicitation if it does not provide all the above certifications. Factor II � Price: Each quoter shall provide a price for each CLIN included in the �Attachment 3 - Quoter Pricing Table�, in Euro currency and without IVA tax. The United States Government is exempt from payment of Imposta Valore Aggiunto (IVA) tax in accordance with DFARS 252.229-7003, Tax Exemptions, and with Article 72 of the Italian IVA implementing Decree Law 633, dated October 26, 1972. (ix) 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. (x) The provision at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. In accordance with FAR 12.302, Tailoring of Provisions and Clauses for Acquisition of Commercial Items, FAR 52.212-4 is tailored, as shown below, to reflect the special terms and conditions unique for this contract. The following shall apply to this contract in addition to those terms and conditions in FAR 52.212-4. The specific paragraph of FAR 52.212-4 is tailored as shown below: a. Inspection and Acceptance. Inspection and acceptance of supply under this contract shall be�performed by the Point of Contact (POC). Place of inspection and point of acceptance of the services to be provided under this contract shall be at a destination specified in accordance with the delivery information specified above. b. Invoice: The contractor shall comply with WAWF DFARS Clause 252.232-7006 for submission of invoices. No paper invoices shall be submitted to the Contracting Office for approval. Invoices shall only be submitted through the WAWF electronic system. 2. PARTIAL PAYMENTS ARE AUTHORIZED. Only the actual quantities rendered in accordance with the �Attachment 2 -Rev1_Revised Purchase Description for the Supply of Liquid Gas�. �will be paid. (xi) The provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. (xii) The following FAR and DFAR clauses and provisions also apply to this Solicitation (some are local clauses that specifically apply to Italy): FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities FAR 52.204-25 Prohibition on Contracting for Certain Telecomunications and� Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.211-16 Variation In Quantity FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.225-14 Inconsistency Between English Version And Translation Of Contract FAR 52.232-1 Payments FAR 52.232-8 Discounts For Prompt Payment FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation FAR 52.242-15 Stop-Work Order FAR 52.243-1 Changes � Fixed Price FAR 52.247-34 F.O.B Destination FAR 52.252-2 Clauses Incorporated by Reference DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD�Officials DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFAR 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or�Hazardous Materials DFAR 252.225-7041 Correspondence in English DFAR 252.225-7048 Export-Controlled Items DFAR 252.229-7000 Invoices Exclusive Of Taxes Or Duties DFAR 252.229-7001 Tax Relief DFAR 252.229-7003 Tax Exemptions (Italy) DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7006 Wide Area Workflow Payment Instructions DFAR 252.232-7008 Assignment Of Claims (Overseas) DFAR 252.232-7010 Levies on Contract Payments DFAR 252.233-7001 Choice of Law - Overseas DFAR 252.243-7001 Pricing Of Contract Modification DFAR 252.244-7000 Subcontracts for Commercial Products or Commercial Services DFAR 252.247-7023 Transportation of Supplies by Sea FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations � Representation FAR 52.212-3 Offeror Representations and Certifications � Commercial Items; FAR 52.214-34 Submission of Offers in the English Language; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.252-1 Solicitation Provisions Incorporated By Reference DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFAR 252.204-7007 Alternate A, Annual Representations and Certifications DFAR 252.204-7008 Compliance With Safeguarding Covered Defense Information�Controls DFAR 252.204-7024 Notice On the Use of the Supplier Performance Risk System CCE-233-4002 AMC-Level Protest Program The full text of these clauses and provisions may be accessed electronically at the following website: https://www.acquisition.gov. �(xiii) Additional contract requirements: 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1c917717a4154cdfae1f4de70d0bd9a4/view)
- Place of Performance
- Address: TIRRENIA, IT-PI 56018, ITA
- Zip Code: 56018
- Country: ITA
- Zip Code: 56018
- Record
- SN07257651-F 20241107/241105230105 (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 |