Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2015 FBO #5003
SOLICITATION NOTICE

R -- Management Services to USAG Stuttgart DPW

Notice Date
8/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
RCO Stuttgart (PARC Europe, 409th CSB), UNIT 30401, APO, AE 09107
 
ZIP Code
09107
 
Solicitation Number
W91WFU15T0012
 
Response Due
8/19/2015
 
Archive Date
10/2/2015
 
Point of Contact
De Luca Birgit, 0711-729-4142
 
E-Mail Address
RCO Stuttgart (PARC Europe, 409th CSB)
(birgit.deluca.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION Notice Type: Combined Synopsis / Solicitation Solicitation Number: W91WFU-15-T-0012 Posted Date: 3 August 2015 Solicitation Response Date: 19 August 2015, 10:00 AM Central European Time. Set Aside: Full and open competition without exclusions Classification Code: R - Professional, Administrative, and Management Support Services NAICS Code: 561110 - Office Administrative Services I.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13.5. This announcement constitutes the only solicitation, quotes are being requested and a separate solicitation will not be issued. II.This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 12 and 13. Submit electronic quotes on RFQ reference W91WFU-15-T-0012. III.This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) 2005-83. IV.Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 561110 - Office Administrative Services V.This combined synopsis / solicitation is for a non-personnel services contract to provide Management Services support to the USAG Stuttgart Garrison and Division of Public Works (DPW). List of Attachments: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Requirement CLINs Pricing Details VI.The period of performance for this requirement is from 1 September 2015 through 31 August 2016 (Base Year) of 12 months and one (1) Option Year of 12 months. The service is to be performed at the below address: US Army Garrison Stuttgart - Directorate of Public Works (DPW), Kelley Barracks Plieninger Strasse 289, 70567 Stuttgart - Moehringen, Germany VII.The provision of FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), and the attached addendum applies to this acquisition. INSTRUCTIONS TO OFFEROR - ADDENDUM TO 52.212-1 Paragraph (a) Small business size standard does not apply to this solicitation Paragraph (b) is modified to add the following requirements for submission in response to the solicitation: Instructions for Proposal Submission: (1)It is the Government's intend to award without discussions, per FAR 52.212-1(g), offerors are cautioned to reexamine the solicitation in its entirety and to ensure that their proposal contains all necessary information, provides all required documentation, and is complete in all respects. (2)Any exceptions made to any of the line items and conditions of the offer must be stated in a separate letter of transmittals that is to accompany your offer. The person signing the proposal shall initial any erasures, cross outs or changes made. All information should be typed or neatly printed in ink. Exceptions, as offered, if accepted by the Government, become part of the contract. (3)Offers submitted in response to this solicitation must delete, or by explicit language exclude, any conditions (preprinted or otherwise) appearing on the offeror's letterhead or on the reverse thereof which may be in conflict with any of the general special conditions contained in this solicitation. Failure to eliminate such conflicting conditions may result in rejection of the proposal as unacceptable as such offer would not conform to the solicitation. (4)Late offers will be processed in accordance with FAR 52.212-1(f) quote mark Late submission, modifications, revisions, and withdrawals of offers quote mark (5)This request does not commit the Government to pay any costs incurred in the preparation and submission of offeror's proposal/bid or in making any necessary studies for the preparation thereof or for any visit the Contracting Officer may request for the purpose of clarification of the proposal or for preparation for negotiations. (6)Submit any questions regarding the solicitation by email to Mr. Nathan Pauly at Nathan.r.pauly2.civ@mail.mil and Mrs. Birgit De Luca at birgit.deluca.LN@mail.mil. Answers to questions will be posted under the solicitation number on ASFI/FBO. Offerors are responsible to monitor the website for all notifications. (7) PROPOSAL PREPARATION: a.Volume I- Technical: This volume shall have no reference to the offeror's name, trademark, logo, or reference that would identify the Offeror except the cover page of the Volume. The Offeror's proposed response to Technical Capability shall demonstrate a thorough and comprehensive understanding of the PWS to effectively integrate the tasks outlined in the PWS with the required certification and contractor provided equipment. The response shall provide the details and documentation necessary to substantiate the proposed approach. Offerors are advised to submit proposals that are fully and clearly acceptable without additional explanation of information since the Government may make a final determination as to whether a proposal is acceptable or unacceptable solely on the basis of the proposal as presented and submitted without requesting any further information. The proposals shall address the following technical factors: 1.Provide sufficient details to demonstrate the employee(s) assigned to this contract will meet the requirements listed in the PWS 1.6.11, Special Qualifications or Certifications. Supporting documentation may include resumes, professional certifications, and relevant work experience. 2.Provide a brief plan that demonstrates understanding the Government's requirement and illustrates that your firm has the skills and resources to accomplish the work identified in the solicitation. b.Volume II - Price: Insert the proposed unit and extended prices in the Requirement CLINs Pricing Details (Attachment 2). Offeror may submit prices in EUR or USD. State if you are SAM Registered with YES or NO. Fill out DUNS Number and CAGE/NCAGE Code. Please note that contractor must be SAM registered prior to award. https://www.sam.gov/portal/public/SAM/.Sign Attachment 2 with name and date. (8) PROPOSAL SUBMISSION: Technical proposal (Volume 1) shall not exceed 10 pages. The following do not count against the page limit: cover page, table of contents, acronym lists, and compliance matrices. The pages in response must be single sided pages with no foldouts. The font must be no smaller than 11pt. Times New Roman, and the margins must be no smaller than 1 inch on all sides. Each page must be numbered, using the format quote mark page # of #, quote mark in the bottom center of the page. The government will only read/evaluate the maximum number of pages allowed. These submittals shall be reviewed and analyzed by the Government IAW the evaluation criteria listed under 52.212-2 and any associated addendums. The submittal package (Volumes I, and II) must be received by the designated date and Central European Time (CET). Fax submittals will not be accepted. The Government shall not be held liable for offers not received. Proposal shall be submitted to: Nathan.r.pauly2.civ@mail.mil Birgit.deluca.LN@mail.mil 52.212-2EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. Evaluation Factors and Approach: The award will be based on the Lowest Priced Technically Acceptable (LPTA) best value process. Using LPTA), the Government will evaluate price and Technical Acceptability. The LPTA process is accomplished through the establishment of minimum requirements to be evaluated on an quote mark acceptable quote mark or quote mark unacceptable quote mark basis. Award will be made to the offeror who has the lowest priced technically acceptable offer. Any vendor listed on the SAM (excluded Parties Listing) is prohibited from receiving Government Awards regardless of technical and pricing factor results. The following factors shall be used to evaluate offers: Factor 1: Technical The Government shall evaluate technical aspects of proposals on an Acceptable or Unacceptable basis. Technically acceptability will be rated quote mark Acceptable quote mark when it demonstrates the following: 1.Sufficient details to demonstrate the employee(s) assigned to this contract will meet the requirements listed in the PWS 1.6.11, Special Qualifications or Certifications, to include necessary work experience and language requirements. 2.A technical approach that demonstrates an understanding of the Government's requirements and illustrates that your firm has the skills and resources to accomplish the work identified in the solicitation. Factor 2: Price Proposals determined to be technically acceptable will be evaluated for price. The Contract will then be awarded to the lowest priced technically acceptable offeror. b) Option. The Government will evaluate offers for award purposes by adding the total price for the options to the total price for the basic requirement. The Government will only pay for services ordered, provided, and accepted under this contract. The Government may determine that an offer is unacceptable if the option prices appear to be significantly unbalanced. Evaluation of option(s) shall not obligate the Government to exercise the option(s). (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 binding contract 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) VIII CLAUSES 52.209-6Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1Instructions to Offerors--Commercial Items 52.212-2Evaluation - Commercial Items 52.212-3Offerors representations and Certifications - Commercial Items 52.212-4Contract Terms and Conditions--Commercial Items 52.212-5Contract Terms and Conditions Required to implement Statutes or Executive Orders - Commercial items 52-216-1Type of Contract 52.217-9Option to Extend the Term of the Contract 52.222-19Child Labor -- Cooperation with Authorities and Remedies 52.222-50Combating Trafficking in Persons 52.223-5Pollution Prevention and Right-to-Know Information 52.223-18Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-14Inconsistency Between English Version And Translation Of Contract 52.225-17 Evaluation of foreign currency offers 52.228-3Worker's Compensation Insurance (Defense Base Act) 52.228-4Workers' Compensation and War-Hazard Insurance Overseas 52.229-6Taxes--Foreign Fixed-Price Contracts 52.232-33Payment by Electronic Funds Transfer--System for Award Management 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.237-2Protection Of Government Buildings, Equipment, And Vegetation 52.242-13Bankruptcy 52.245-1Government Property 52.245-9Use And Charges 52.246-4Inspection Of Services--Fixed Price 52.252-1Solicitation Provisions incorporated by reference 52.252-2Clauses incorporated by reference 52.252-5Authorized deviations in provisions 52.252-6Authorized deviations in clauses 52.253-1Computer Generated Forms 252.201-7000Contracting Officer's Representative 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7000Disclosure Of Information 252.204-7004 Alt A System for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7002 Disclosure of Ownership or Control By A Foreign Government 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist country. 252.222-7002Compliance With Local Labor Laws (Overseas) 252.225-7042Authorization to Perform 252.229-7000Invoices Exclusive of Taxes or Duties 252.229-7001Tax Relief (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: MEHRWERTSTEUER/ VAT 19% (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that Relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract.(End of clause) 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7008Assignment of Claims (Overseas) 252.232-7010Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001Pricing of Contract Modifications 252.243-7002Request for Equitable Adjustment HQDA-AT252.225-7043 Antiterrorism/Force protection policy for Defense contractor outside the United States CCE 204-4000U.S. AND HOST NATION HOLIDAYS (March 2005) US HolidaysWork Cannot be performed on U.S. holidays occurring during the normal workweek. When a U.S holiday occurs on a Saturday or a Sunday, the holiday is observed on the preceding Friday or following Monday, respectively. Host Nation HolidaysWork May be performed on local Host Nation* holidays occurring during the normal workweek. * Local host nation holidays occur in the region/state where contract performance takes place. The U.S. holidays are: New Year's DayJanuary 1st M L King Memorial Day 3d Monday in January Presidents' Day3d Monday in February Memorial Daylast Monday in May Independence DayJuly 4th Labor Day1st Monday in September Columbus Day Columbus Day2d Monday in October Veterans' DayNovember 11th Thanksgiving Day4th Thursday in November Christmas DayDecember 25th The German national and local holidays are: New Years Day 01 January Three King's Day (Only in Baden Wurttemberg and Bavaria) 06 January Good Fridayvaries yearly Easter Mondayvaries yearly Labor Day 01 May Ascension Dayvaries yearly Whit Mondayvaries yearly Corpus Christi (Only in Baden-Wurttemberg, Bavaria, Hessen, Nordrhein- Westphalia,Rhineland-Palatinate and Saarland) Assumption Day (Only in Saarland and Roman Catholic15 August areas of Bavaria) Day of German Unity03 October All Saints' Day (Only in Baden-Wuerttemberg, Bavaria,01 November North Rhine-Westphalia, Rhineland-Palatinate and Saarland) 1st Christmas25 December 2nd Christmas Day26 December (End of local clause) CCE 225-4000AUTHORIZATION TO PERFORM SERVICES IN GERMANY (March 2005) Contractors performing services in the Federal Republic of Germany (FRG) shall comply with German law. The Contractor shall determine whether performance requires registration with German authorities or authorization to do business in Germany and, if so, shall comply with all requirements. Whether or not registration or authorization to do business is required, the Contractor also shall determine what documents or authorization its employees and any subcontractor employees must possess to work in Germany. The Contractor shall ensure affirmatively that its employees and subcontractor employees possess such documents or authorizations. Contractor employees who: (a) are not nationals of Germany or other European Union countries, and (b) are not members of the force, the civilian component or their dependents, and (c) do not have assimilated status under Articles 71, 72, or 73 of the Supplementary Agreement to the NATO SOFA shall possess work and residence permits. By acceptance of and performance under this contract and any task orders or delivery orders issued hereunder, the Contractor affirms that it has complied with the requirements above. Compliance with this clause and German law is a material contract requirement. Noncompliance by the Contractor or Subcontractor at any tier shall be grounds for issuing a negative past performance evaluation and terminating this contract, task order, or delivery order for default. (End of local clause) CCE 225-4001 INSTALLATION CLEARANCE REQUIREMENTS (March 2005) (a) Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. (b) The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firm's failure to comply with Installation Access Control (IAC) processing requirements. (c) The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. (d) AE 190-16 (and AE 190-16-G German translation) can be found on the following website: http://www.hq.usacce.army.mil/ (e) Below is the responsible Organizational Sponsor & Installation Access Control Office for this contract: Organizational Sponsor: Norman Kiddie Location: Kelley Barracks DPW Building No: 3318 DSN No. 421-6290 Commercial Phone No:0711-7228-6290 Installation Access Control Office: 2915 Commercial Phone No:07031-152875 (End of local clause) CCE 233-4000INDEPENDENT PROTEST REVIEW OFFICIAL (March 2005) Interested parties may file agency protests, in compliance with FAR 33.103(d), directly with the contracting officer or may request an independent review at a level above the contracting officer by the Independent Protest Review Official, U.S. Army Europe. Independent review is available as an alternative to consideration by the contracting officer of a protest or is available as an appeal of the contracting officer's decision on the protest. Interested parties seeking review by the Independent Protest Review Official, should so state in the agency protest or appeal, and should file the protest/appeal with the contracting officer. In order to be considered, an appeal to the Independent Protest Review Official must be received by the contracting officer within 10 calendar days of the date on which the protester received the contracting officer's decision on the protest CCE.233-4002AMC-LEVEL PROTEST PROGRAM (January 2014) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) CCE 237-4000CONTRACTOR IDENTIFICATION REQUIREMENT (March 2005) All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious are required to identify themselves as such to avoid being mistaken for Government officials. Contractors performing work at Government workplaces will provide their employees with an easily readable identification (ID) badge indicating the employee's name, the contractor's name, the functional area of assignment, and a recent color photograph of the employee. Contractors shall require their employees wear the ID badges visibly when performing work at Government workplaces. Contractor personnel must also ensure that all e-mails, documents or reports they produce are suitably marked as contractor products or that contractor participation is appropriately disclosed. (End of local clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/68e180ccff0e5540cf33a059974b22a9)
 
Place of Performance
Address: RCO Stuttgart (PARC Europe, 409th CSB) UNIT 30401, APO AE
Zip Code: 09107
 
Record
SN03821964-W 20150805/150803235942-68e180ccff0e5540cf33a059974b22a9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.