SOLICITATION NOTICE
56 -- Furnish and delivery of asphalt material to Sustain Perimeter Road at Aviano AB, Italy.
- Notice Date
- 11/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
- ZIP Code
- 33081
- Solicitation Number
- FA5682-F3N0422276A001
- Archive Date
- 12/11/2012
- Point of Contact
- Valeria Sist, Phone: 390434308043, Severino F Mion, Phone: 390434307138
- E-Mail Address
-
Valeria.sist@aviano.af.mil, severino.mion@aviano.af.mil
(Valeria.sist@aviano.af.mil, severino.mion@aviano.af.mil)
- Small Business Set-Aside
- N/A
- Description
- IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a) (12), THIS SOLICITATION IS INTENDED ONLY FOR LOCAL SOURCES DULY AUTHORIZED TO OPERATE AND DO BUSINESS IN ITALY AS PRESCRIBED BY DFARS 225.1103(3). (i) 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number FA5682-F3N0422276A001 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. (iv) This solicitation is issued as competitive, full and open, unrestricted action. The North American Industry Classification System (NAICS) code is 324121. (v) Potential offerors are to propose on the following line item(s): Line item Item Description Quantity & U/I UNIT PRICE TOTAL PRICE 0001 Furnish and delivery of asphalt material to Sustain Perimeter Road at Aviano AB, Italy. Asphalt hot application wearing course grading 0-12 MM, Bitumen percentage: 5-5.5 % 1. The Asphalt Mixing Plant shall not be more than 25-45 minutes away from Aviano AB. 2. Asphalt is required on a call basis up to a max. of 400 tons per week on a one or two days advance notice/verbal order placed by 435CTS personnel. 3. Deliveries shall be made on trucks with base access authorization. 4. Deliveries may be required on Saturdays, Sundays and Italian holidays: vendors must have permit to operate vehicles every day. See provision 52.212-1 Addendum for documentation to be furnished with the offer for evaluation purposes. 6000 TN EURO ___________ EURO ___________ 0002 Furnish and delivery of material to Sustain Perimeter Road at Aviano AB, Italy. Tack Coat Bituminous Emulsion, 200 KG per Drum See provision 52.212-1 Addendum for documentation to be furnished with the offer for evaluation purposes. 95 DR EURO ___________ EURO ___________ (vi) The description of requirements for the items to be acquired is indicated at item (v) above. (vii) Items will be delivered and accepted at FOB Destination, Aviano AB [(Base Aerea di Aviano, Area F 33081 Aviano (PN) Italy]. Deliveries will be performed during a period of 240 days from date of award through perimeter road completion based on work progress and weather conditions. (viii) FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Feb 2012), applies to this acquisition. Addendum to this provision as follows: ADDENDUM to FAR provision 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (FEB 2012) 1. GENERAL INSTRUCTIONS: 1.1 Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of Price Proposal, Technical Proposal and Present and Past Performance Proposal. 1.2 Gaining Access to Base Facilities: 31 CONS is located on an U.S. Air Force installation, and all access to the installation is controlled by the U.S. Air Force. An escort may be required as access will not be granted based solely on the need to submit a proposal. If necessary, as pre-coordinated with the points of contact listed at paragraph (xv) the Government will provide a representative to meet the offeror at the gate to the installation to accept the proposal submission. Furthermore, the U.S. Forces conduct random exercises which may require the closure of the main entrance gate and the utilization of an alternate base entry. Any delay based on access will not be accepted as a reason for late receipt of the proposal by the Government. 1.3 Evaluation factors and standards: The addendum to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS (Feb 2012) provides information on the format and content of the proposal package and what items need to be submitted. The FAR Clause 52.212-2, EVALUATION OF COMMERCIAL ITEMS (Jan 1999), provides a complete description regarding the evaluation factors for award. 1.4 Probability of adequate price competition: The Contracting Officer (CO) has determined there should be adequate price competition in this acquisition. Upon examination of the initial offers, the CO will review this determination and if, in the CO's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the CO determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the CO to determine reasonableness of the price. 1.5 In accordance with FAR Subpart 4.8., Government Contract Files, the Government will retain one copy of all unsuccessful proposals. 1.6 The offeror shall apply all appropriate markings to the proposal including those prescribed in FAR 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information. 1.7 Point of Contact (POC): The Procuring Contracting Officer (PCO) is the sole POC for this acquisition. Address any questions or concerns you have only to the PCO. Written questions will be accepted via email and may be sent to POCs listed at paragraph (xvi). 1.8 Contract Documentation: Offerors are required to submit Representations and Certifications for FAR clause 52.212-3 and DFARS clause 252.212-7000 with all appropriate blocks filled in and to complete DFARS clause 252.229-7001- Tax Relief, and sign each page of the proposal. The contractor MUST obtain a DUNS Number and CAGE Code. The offeror must then register in SAM and WAWF database. - NATO CODE is synonymous to CAGE CODE. In order to obtain the code Offerors shall submit the required form (Questionario per l'assegnazione del CODICE NATO del costruttore o del fornitore) to the Contracting Officer. The form can be obtained from the Contracting Officer upon request. - DUNS Number: htpp://dbitaly.dnb.com 2. SPECIFIC PROPOSAL PREPARATION INSTRUCTIONS 2.1 The offeror shall prepare the proposal as follows: Price Proposal Technical Proposal Present and Past Performance. 3. PRICE PROPOSAL - Propose unit and total prices for each line item in EURO and insert remittance information for EFT payments. NOTE: Unit prices no more than 2 decimals. 3.1. Acknowledge Solicitation Amendments, if any. 3.2. Complete the necessary fills-in and certifications in provisions. 4. TECHNICAL PROPOSAL - Technical proposals must demonstrate the offeror's ability to successfully meet the needs of the Government. The following documents are required to be submitted as the offer. Failure to reply to this request to include any of the documents may be cause for rejection of the quotation: (a) Certificate of Enrollment with the Chamber of Commerce proving the authority of the firm to produce requested items and operate in the specific business sector of the instant solicitation. This document must not be older than 90 days from date of proposal. (b) Technical data of proposed products. (c) Location of asphalt mixing plant. (d) Certifications of asphalt mixing plant. 5. PRESENT AND PAST PERFORMANCE - The offeror shall provide relevant and recent performance information up to two (2) contracts performed within the last two (2) years where the offeror performed supply and delivery of the same materials and of similar quantities. 5.1 Relevant Past Performance Information. The offeror shall provide past performance information on previous and/or current contracts, same or similar in scope, magnitude and complexity to this solicitation. Scope: Relevancy in regard to scope will be assessed based on the similarities between a given Past Performance effort and this effort, which is itself defined by the item description at paragraph (v). Magnitude: Relevancy in regard to magnitude will be assessed based on, but not limited to, the similarities between a given Past Performance effort and the Ashpalt Supply requirement in terms of overall contract quantities to be provided. Complexity: Relevancy in regard to complexity will be assessed based on, but not limited to, the similarities between a given Past Performance effort and asphalt requirement in terms of performance in of similar labor categories in previous contracts. 5.2 Recent Performance Information. The offeror shall provide performance information on previous and/or current contracts for asphalt supply within the last two (2) years (from the date set for receipt of proposals). 5.3 If services were performed as a subcontractor, teaming partner, and/or joint venture state the overall contract value and associated subcontract value. 5.4 Offerors will be evaluated on their past performance under relevant and recent contracts/subcontracts for support similar to this solicitation. The Government will utilize the Past Performance in addition to the contractor provided narratives to evaluate the quality and extent of offeror's past performance. Additionally, the Government may contact references other than those identified by the offeror obtained or available from commercial market and/or other Department of Defense agencies or data bases. The Government may also review the Past Performance Information Retrieval System (PPIRS) to obtain additional information that will be used in the evaluation of an offeror's past performance. (End of Addendum) (ix) FAR Provision 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of the provision are Price, Technical capability of the item offered to meet the Government requirement, past performance. Basis for contract award: low price technical acceptable with acceptable performance confidence. Initially offers shall be ranked according to price, lowest to highest. Technical evaluation shall then be performed on the lowest priced offer and subsequently the performance confidence evaluation shall be performed if the technical evaluation result is an "acceptable" assessment. If the lowest priced offer has an evaluated "acceptable" rating for the Technical factor and an Acceptable Performance Confidence, award will be made to that firm and the evaluation process will stop at that point. If instead the low priced offer has not been assessed an "acceptable" rating for the technical factor or an acceptable assessment for performance confidence, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have an "acceptable" Technical factor rating and an Acceptable Performance Confidence or until all offerors are evaluated. The following factors shall be used to evaluate quotations: a. Price. The offer will be evaluated on the total price of all Contract Line Item Numbers (CLINS) contained in the schedule. Failure to include all prices may exclude the offeror from further consideration for award, as the Government may award without discussions. However, the Government does reserve the right to conduct discussions. The standard for price is met when the price is determined fair and reasonable. b. Technical Evaluation. Technical evaluation shall be on an acceptable/unacceptable basis, determined based on submittal of acceptable documentation, certifications and past experience using the ratings listed below: Acceptable: Offer clearly meets the minimum requirements of the solicitation. Unacceptable: Offer does not clearly meet the minimum requirements of the solicitation. The offeror will be evaluated on the subfactors listed below and the standard is met when the following valid documentation is included in the offer evidence that the offeror is technically capable to successfully provide required items: (i). Certificate of enrollment with the Chamber of Commerce providing the authority of the firm to produce requested items and operate in the specific business sector of the instant solicitation. The documentation must not be older than 90 calendar days from date of offer; (ii). Technical data sheet(s) of proposed products including compliance with current norms and CE certification requirements. (iii) Location of asphalt mixing plant. (iv) Certifications of asphalt mixing plant c. Performance Confidence - Past performance shall be evaluated to determine the offeror's performance confidence as either acceptable or unacceptable: Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offerors will be able to successfully perform the required effort. The basis for the performance confidence evaluation shall be contractor-provided evidence of performance of contracts for work which is similar in type, scope, magnitude and complexity to the work described in this solicitation. The Government reserves the right to seek past performance information from other sources, such as the Contractor Performance Assessment Report System (CPARS). Any additional information will be evaluated in the same manner as offeror supplied references. The Government will rate the offerors performance confidence as follows: (a) Acceptable: The contractor has provided evidence, in the form of two (2) references, of successful contract performance within the last 5 years from the date of the release of the subject solicitation where the Offeror is/was responsible for performing work similar in type, scope, magnitude and complexity to the work described in this solicitation. Information gained from the references and/or information obtained by the Government from other sources reveals acceptable performance. (b) Unacceptable: (i) The offeror has failed to provide evidence, in the form of two (2) references, of successful contract performance within the last 5 years from the date of the release of the subject solicitation where the Offeror is/was responsible for performing work similar in type, scope, magnitude and complexity to the work described in this solicitation. The information gained from the references and/or information obtained by the Government from other sources reveals unacceptable performance. The Contractor was given the opportunity to address negative past performance information by the pertinent assessing official and the unacceptable rating was confirmed. In the event the Offeror was not given the opportunity to address the negative past performance information the Government shall afford the offeror an opportunity to address such information prior to assigning a rating for the instant solicitation; or (ii) the past performance information sought and obtained by the Government reflects other than acceptable performance by the offeror. The standard for past performance is met when the offeror is determined to have an acceptable performance confidence assessment. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alt I (Apr 2012) or have current Online Representations and Certification. (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. No addenda to this clause. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2012) (DEVIATION). (xiii) The following clauses and provisions apply to this solicitation and are included in full text or by reference with the same force and effect as if they were given in full text: 52.203-2 Certificate of Independent Price Determination (Apr 1985) 52.203-3 Gratuities (Apr 1984) 52.203-6 Restriction on Subcontractors Sales to the Government (Sep 2006) Alternate I (Oct 1995) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.204-99 -- System for Award Management Registration (August 2012) (DEVIATION) 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011) 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) 52.229-6 Taxes-Foreign Fixed Price Contracts (Jun 2003) 52.232-1 Payments (Apr 1984) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) 52.233-1 Disputes (Jul 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (inserts: http://farsite.hill.af.mil) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (inserts: http://farsite.hill.af.mil) 52.252-4 Alterations in Contract (Apr 1984) - Portions of this contract are altered as follows: Clause 5352.242-9000 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 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) 252.212-7000 Offeror Representation and Certifications-Commercial Items (Jun 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012)(DEVIATION) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7000 Invoices Exclusive of Taxes or Duties (June 1997) 252.229-7001 Tax Relief (Jun 1997)Insert: Name of tax and rate(percentage) 252.229-7003 Tax Exemptions (Italy) (Mar 2012)insert: (b)(1)(iii): 91000190933 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) 52.232-7008 Assignment of Claims (Overseas)(Jun 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 5352.201-9101 Ombudsman (Nov 2012). Paragraph (c) insert: Primary Command Ombudsman Ms Tara Petersen HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, tel. (49)-6371-47-2209, fax. (49)-6371-47-2025, e-mail tara.petersen@ramstein.af.mil; Alternate Command Ombudsman Ms. Heidi Hoehn HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, tel. (49)-6371-47-9330, fax. (49)-6371-47-2025, e-mail heidi.hoehn@ramstein.af.mil. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Ods)(Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012)(ALTERED) (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Offers are due to 31 CONS/LGCC Via Pordenone, 89 Area "E" Bldg 600 Aviano Air Base - Base Aerea di Aviano 33081 Aviano (Pordenone) Italy no later than 1600 hrs (Central European Time), 26 NOVEMBER 2012. It is the responsibility of the offeror to view the website for any changes or amendments to this solicitation. Interested firms should use the "Add me to the watch list" web site feature to be automatically notified of all changes to this solicitation. (xvi) The point of contact for this combined synopsis/solicitation is Ms. Valeria Sist/Contract Specialist (valeria.sist@aviano.af.mil, tel. 011-39-0434-30-8043, fax 011-39-0434-308557) or Mr. Severino Mion/Contracting Officer (severino.mion@aviano.af.mil, tel. 011-39-0434-8553, fax 011-39-0434-308557).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/31CS/FA5682-F3N0422276A001 /listing.html)
- Place of Performance
- Address: Area F, Aviano AB, Italy, Italy
- Record
- SN02931837-W 20121117/121115235128-ba7cdf27aab38b8cd4b9808a42477822 (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 |