SOLICITATION NOTICE
39 -- Purchase Used Material Handling Equipment
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, CENTCOM - Joint Theater Support Contracting Command, RCC KANDAHAR, APO AE, Non-U.S., 09355, Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- KAF1K3EBP02335
- Archive Date
- 9/10/2011
- Point of Contact
- Matthew T. Mancill,
- E-Mail Address
-
matthew.mancill@afghan.swa.army.mil
(matthew.mancill@afghan.swa.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Please read the entire solicitation carefully before submitting your Proposals. Proposals not conforming to the specifications herein will be disqualified and discarded. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number KAF1K3EBP02335. Kandahar Airfield Regional Contracting Center (RCC) intends to award a firm-fixed price contract for Material Handling Equipment to be delivered to Camp Deh-Dedi II and Bagram Airfield. Due to the overseas location of this solicitation, no set-aside will be used. The North American Industry Classification System (NAICS) code for this requirement is 423830 - Cranes, industrial, merchant wholesalers Please provide a quote/proposal for the following: **Minimum Condition of equipment at time of delivery/acceptance: •- Be in good running condition •- All systems on equipment must be in working condition •- Be delivered with all fluids full •- Scheduled maintenance completed w/in 30 days prior to government acceptance including Oil fluid/filter change, hydraulic fluid/filter change, coolant inspected/serviced (must provide documentation of service at time of delivery) •- All wearable components shall be at no less than 50% wear to include Tires, Belts, hoses, Etc. •- Contracting Officer Representative will take delivery and complete a physical inspection of equipment within 72 hrs. All discrepancies will be reported to the Contracting Officer (MSgt Matthew Mancill). Contractor will be responsible for repairing components not in condition specified in the contract. **Pictures of items offered and technical specs must be included in the quote** Line Item Number Description Quantity Unit Price Per Unit Total 0001 50 TON CRANE TEREX RT555-1 OR EQUAL (NO MORE THAN 1000 ENGINE HOURS) - 35-110' (10.67-33.53 m), four section full power boom. - Telescoping is mechanically synchronized with single lever control - Capable of handling both twenty and forty foot containers - Capable of lifting MRAPS, up armored vehicles, and 5k fuel tankers - All Wheel Drive 1 EA 0002 RTCH Kalmar RT-240 OR EQUAL (NO MORE THAN 1000 ENGINE HOURS)(NO RESET) •- Minimum six-cylinder turbocharged diesel Cummins QSM 11 engine, 400 hp capable of running on JP-8 fuel •- Must have the ability to lift containers up to 53,000 lbs (24,040 kg) •- Drive system must be 4-Wheel Drive or All Wheel Drive •- movable operators cab and folding boom assembly to reduce transport height •- Ability to operate on beaches, rough terrain and unimproved surfaces where it can stack containers three high and has the reach capability to pick up a container in the second row 7 Ea $ $ TOTAL PRICE $ **Price will Include delivery as follows** •- Crane and five (5) RTCH's to be delivered to Camp Deh-Dedi II, MeS 42SUF2350658303 •- 2 RTCH's to be delivered to Bagram Airfield 42SWD2399266655 Addendum to 52.212-1 Instructions to Offerors: To assure timely and equitable evaluation of proposals, Offerors must follow the instruction contained herein. Failure to follow these directions may result in immediate elimination of an Offeror's proposal from contract award consideration. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Any required items missing from the solicitation, may result in the offer being considered non-responsive and not be considered for award. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation on the information presented in the Offeror's proposal. The Offeror's proposal shall be submitted electronically to: Matthew Mancill at matthew.mancill@afghan.swa.army.mil Questions concerning this solicitation shall be addressed to the Contracting Officer via email; inquires by phone will not be addressed. Responses to any other email addresses will be considered invalid. All proposals must be received no later than 7:00 PM local Kandahar time on 26 August 2011. Failure to respond by this time, for any reason, will eliminate your proposal from consideration. Provide your CAGE code or JCCS ID number in your quote. The Offeror's proposal shall consist of three parts as follows: Part 1 - Price Price will be evaluated by ranking all offerors rated as technically acceptable. Offerors who submit incomplete pricing or in other than US dollars will be rejected and not further considered. Price is not rated. Part 2 - Technical Capability The offeror shall provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, written narratives/plans or other documents, if necessary. •- Provide photographs of equipment being offered •- Provide specifications and literature adequate to determine equipment acceptability •- Must provide adequate documentation that equipment does not exceed 1000 engine hours Part 3 - Past Performance The offeror shall provide past performance information to include recent and relevant contracts for the same or similar items/services and other references (including contract numbers, points of contact with telephone numbers and other relevant information); recent is defined as being within two years from the date of solicitation issuance. Contracts provided shall not exceed a quantity of five. 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. All offers will be ranked by price and evaluated for technical acceptability starting with the low offer until the Lowest Price Technically Acceptable offer is identified. The following areas will be evaluated: Part 1 - Price : Price will be evaluated by ranking all offerors rated as technically acceptable. Offerors who submit incomplete pricing or in other than US dollars will be rejected and not further considered. Price is not rated. Part 2 - Technical Capability : In order to be considered acceptable, offerors must provide documentation that demonstrates knowledge and understanding of the requirement to include full compliance with the solicitation. Technical capability will be determined by the documentation provided by the contractor as requested in this solicitation. •- Provide photographs of equipment being offered •- Provide specifications and literature adequate to determine equipment acceptability •- Must provide adequate documentation that equipment does not exceed 1000 engine hours Part 3- Past Performance : Satisfactory past performance information will be based on information such as the contracting officer's knowledge of the requirement, customer surveys, or other reasonable basis. Offerors that have no relevant past performance history will be assigned a neutral past performance evaluation rating which equates to acceptable. A contractor which has negative past performance or has been terminated for cause or default may be considered unacceptable. The following clauses and provisions apply to this solicitation and are included either by reference or full text: The full text of the FAR and DFAR can be accessed on the Internet at http://farsite.hill.af.mil CLAUSES INCORPORATED BY REFERENCE 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JAN 2011 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.242-13 Bankruptcy JUL 1995 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7005 Identification Of Expenditures In The United States JUN 2005 252.225-7020 Alt I Trade Agreements Certificate (Jan 2005) Alternate I DEC 2010 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 CLAUSES INCORPORATED BY FULL TEXT 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ---OR--- 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from MSgt Matthew T. Mancill at matthew.mancill@afghan.swa.army.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 252.212-7000 Offeror representations and certifications- Commercial items. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2011) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). 252.225-7021, Trade Agreements (NOV 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). Alternate II (DEC 2010) of 252.225-7021. 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) C 3 CLAUSE 952.201-0001 OMBUDSMAN (Jun 2011) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC-A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the C3 Ombudsman at: Office of the Senior Contracting Official - Afghanistan Attn: SCO-A Ombudsman Camp Phoenix APO, AE 09320 E-Mail: PHNXSCO-APolicy.org@afghan.swa.army.mil (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, contract, delivery order, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 952.225-0019 COMMODITY SHIPPING INSTRUCTIONS - AFGHANISTAN (JUL 2011) (a) USFOR-A FRAGO 10-200. United States Forces Afghanistan (USFOR-A) has directed that all shipments into and out of the Combined Joint Operations Area - Afghanistan (CJOA-A) be coordinated through the Defense Transportation System (DTS) in order to expedite the customs clearance process and facilitate the use of in-transit visibility for all cargo in the CJOA-A (b) Information regarding the Defense Transportation System (DTS). For instructions on shipping commodity items via commercial means using DTS, see the following websites: 1. Defense Transportation Regulation - Part II Cargo Movement - Shipper, Trans-shipper, and Receiver Requirements and Procedures: http://www.transcom.mil/dtr/part-ii/dtr_part_ii_203.pdf 2. Defense Transportation Regulation - Part II 4 Cargo Movement - Cargo Routing and Movement : http://www.transcom.mil/dtr/part-ii/dtr_part_ii_202.pdf 3. Defense Transportation Regulation - Part V - Department of Defense Customs and Border Clearance Policies and Procedures: http://www.transcom.mil/dtr/part-v/dtr_part_v_512.pdf (c) Responsibilities of the vendor carrier representative, shipping expediter, and/or customs broker: 1. Afghanistan Import Customs Clearance Request Procedures : The carrier, shipping expediter, and/or customs broker is responsible for being knowledgeable about the Afghan Customs Clearance Procedures. 2. Status of Customs Clearance Requests : All inquiries regarding the status of a customs clearance request prior to its submission to Department of Defense (DoD) Customs and after its return to the carrier representative or shipping expediter should be directed to the carrier or shipping agent. 3. Customs Required Documents : The carrier representative or shipping expediter is required to provide the DoD Contracting Officer Representative (COR) with all documentation that will satisfy the requirements of the Government of the Islamic Republic of Afghanistan (GIRoA). (d) Required Customs Documents: Documents must be originals (or copies with a company stamp). Electronic copies or photocopied documents will not be accepted by GIRoA. The carrier is responsible for checking the current requirements for documentation with the Afghanistan Customs Department (ACD) as specified by the U.S. Embassy Afghanistan's SOP for Customs Clearance Requests Operations ( http://trade.gov/static/AFGCustomsSOP.pdf ) and paragraph 4 below. 1. The U.S Ambassador Afghanistan diplomatic note guarantees that the U.S. Government (USG) shipments are exempt from Afghanistan Customs duties and taxes. USG shipments do not provide commercial carriers with the authority to unnecessarily delay shipments or holdover shipments in commercial storage lots and warehouses while en route to its finaldestination. The U.S. Embassy expects that shipments will be expedited as soon as customs clearance paperwork is received from the respective GIRoA officials. 2. Imports. Documentation must list the year, make, model, and color of the commodity, the commodity Identification Number (if applicable) and for vehicles, the Engine Block Number. The following documentation is required for all import shipments: •a. An original Customs Clearance Request (CCR) prepared by the COR in accordance with Afghanistan customs guidance referenced in paragraph 4 below. •b. Bills of Lading (for shipments by sea), Airway Bills (for shipments by air) or Commodity Movement Request (CMRs) (for overland shipments). In the consignee block, type in "US Military". This will help the Afghan Customs officials to recognize that the shipment belongs to the US Military and, therefore, the shipment is subject to tax exemption provisions as specified under the current Diplomatic Note or Military Technical Agreement (MTA). •c. Shipping Invoices. •d. Packing Lists. Required only if the shipping invoice does not list the cargo. •e. An Afghan Government Tax Exemption Form (Muaffi Nama) purchased from the Department of Customs and Revenue and prepared in the local language by the carrier representative, shipping agent, or customs broker. •f. A Diplomatic Note, prepared by DoD Customs, to the Ministry of Foreign Affairs requesting the initiation of customs formalities with the Ministry of Finance, Department of Customs and Exemptions. Please note that DoD Customs is not responsible for registering vehicles. •g. Commercially-owned equipment such as vehicles, construction machinery or generators that are leased and imported to Afghanistan for the performance of a USG contract may be subject to taxes and duties as determined by GIRoA. If commercially-owned equipment is imported into Afghanistan in a duty-free status, that duty-free status only applies as long as the equipment is under the exclusive use of the USG contract. If the equipment is released at the end of the contract, applicable GIRoA duties and taxes will apply to the owner if the equipment is not exported from Afghanistan or transferred to another USG contract. •h. USG-owned vehicles must be exported at the conclusion of the project period or transferred to another USG entity. Under certain conditions, the USG may transfer equipment or vehicles to GIRoA. 3. Exports. The following documentation is required for all export shipments: •a. An original CCR prepared by the COR. If COR is not available, the Contracting Officer (KO) will prepare the CCR. •b. Invoices. •c. Packing Lists. Required only if the shipping invoice does not list the cargo. •d. A Diplomatic Note, prepared by the DoD Customs Cell, to the Ministry of Foreign Affairs requesting the initiation of customs formalities with the Ministry of Finance, Department of Customs and Exemptions. 4. Customs requirements from the GIRoA may change with little notice. For current detailed instructions on customs guidelines in Afghanistan, refer to "The Instruction for Customs Clearance Request (Import/Export) Operations." In all cases, the carrier is required to obtain a copy of this document, found at the following link: http://trade.gov/static/AFGCustomsSOP.pdf (e) Point of contact (POC) for customs issues is the USFOR-A Joint Security Office (JSO) J3 at DSN: 318-449-0306 or 449-0302. Commercial to DSN conversion from the United States is (732) 327-5130, choose option #1, and then dial 88-318 followed by your seven digit DSN number. C 3 CLAUSE 952.232-0004 PAYMENT IN LOCAL CURRENCY (AFGHANISTAN) (JUL 2010) (a) This contract is awarded in Afghani (local currency). The contractor will receive payment in local currency via Electronic Funds Transfer to a local (Afghan) banking institution. The currency exchange rate will be determined at the official exchange rate posted by the local DoD Finance office on the date of the payment in accordance with the Department of Defense Financial Management Regulation. (b) By exception, the following forms of payment are acceptable when EFT using ITS.gov is determined not available by the local finance office, in order of priority. (1) EFT using Limited Depository Account (LDA) (2) Check from the local finance office LDA (3) Local currency cash payments (must be approved in writing by the local finance office and contracting office prior to contract/purchase order award). Payments in cash are restricted to contracts/purchase orders when the vendor provides proof via a letter from the host nation banking institution that it is not EFT capable and validated by the local finance office that the vendor's banking institution is not EFT capable. Cash payments will be made in Afghani. C 3 PROVISION 952.233-0001 C 3 AGENCY PROTEST PROGRAM (NOV 2010) (a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of an Agency Protest decision is available through appeal to the Principal Assistant Responsible for Contracting (PARC)/Senior Contracting Official (SCO) in accordance with FAR 33.103. A protest to C 3 is a "PROTEST TO THE AGENCY," within the meaning of FAR 33.103. The C 3 Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within C 3, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the Agency Protest, the Agency Protest will be dismissed. (b) An interested party may file a written protest to the Contracting Officer under the C 3 Agency Protest program for contract solicitations issued by C 3. Such Agency Protests are limited to objections to any of the following: (1) A solicitation or other request by an agency for offers for a contract for the procurement of property or services. (2) The cancellation of the solicitation or other request. (3) An award or proposed award of the contract. (4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the termination or cancellation is based in whole or in part on improprieties concerning the award of the contract. (c) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (f) of this provision for resolution of protests. (d) For the purpose of filing a C 3 Agency Protest, an interested party means an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (e) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-mail address; the solicitation or contract number, identity of the contracting activity and the contracting officer's name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and must state it is an Agency Protest for decision by the Contracting Officer. (f) C 3 Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from MSgt Matthew T. Mancill at matthew.mancill@afghan.swa.army.mil. INVOICES-BLOCK 18b of SF 1449: Submit original invoice to the following address, or email them to: KAF RCC INVOICES KAF Regional Contracting Center APO AE 09355 E-Mail- KAFRCCINVOICES@afghan.swa.army.mil Invoice must include the following information: Contract Number from Block #2 Delivery Order Number From Block #4 if applicable Your name and address Invoice Date Invoice Number Description of items delivered must match the CLIN'S Terms for any discount for prompt payment offered Name, title and phone number of company point of contact to notify in the case of a defective invoice Electronic Funds Transfer Information Company Name Beneficiary (Name on Account) Company Address Bank Name Routing Number Account Number
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1111f02695db162d385e5b99bd0c2360)
- Place of Performance
- Address: -Crane and five (5) RTCH’s to be delivered to Camp Deh-Dedi II, MeS 42SUF2350658303, -2 RTCH’s to be delivered to Bagram Airfield, MeS 42SWD2399266655, APO, Non-U.S., Afghanistan
- Record
- SN02543036-W 20110821/110820000602-1111f02695db162d385e5b99bd0c2360 (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 |