Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

J -- Replace and Update 163 Container Identification Markings - SOP - List - PWS - Hazards - Safety Docs

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 414th CSB (W912PF) Vicenza, UNIT 31401 BOX 33, APO AE, 09630, Italy
 
ZIP Code
00000
 
Solicitation Number
W912PF-16-T-0075
 
Archive Date
9/21/2016
 
Point of Contact
Cristina Pancaccini, Phone: 0039050548365, Cristina Capantini, Phone: 0039050548366
 
E-Mail Address
cristina.pancaccini.ln.asc@mail.mil, cristinamaria.capantini.ln@mail.mil
(cristina.pancaccini.ln.asc@mail.mil, cristinamaria.capantini.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #4 - Safety Documents Attachment #3 - Hazard Listing Attachment #1 - PWS Attachment #5 - Listing of Containers to be Relabeled Attachment #2 - SOP Solicitation Number: W912PF-16-T-0075 Replace and update 163 container identification markings Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures for commercial information found at FAR 13 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W912PF-16-T-0075 and the solicitation is issued as a request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-87-2 / 04-06-2016. (iv) This part, except for Subpart 19.6, applies only in the United States or its outlying areas. This procurement is not a set-aside. The associated NAICS code is 332439. (v) For a list of contract line item numbers and items, quantities and units of measure see the below items description. Offerors are required to indicate the unit price and the total cost for the following items: 0001 Replace and update 163 International Organization for standardization (ISO) container identification markings in accordance with the Performance Work Statement (Attachment # 1). The Contractor shall provide all personnel, equipment, supplies transportation tools, material to perform this service Quantity 1 Unit of Issue: Each Unit Price __________________ Total amount __________ 7500 Contract Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the subject contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. Quantity 1 Unit of issue: Each Unit price ___________ Total amount____________ (vi) Description of the requirements for the items being required: The purpose of this combined synopsis/solicitation is to purchase the following services: The adjustment of 163 ISO container identification markings, Camp Darby, Tirrenia (Pisa), Italy" (vii) Dates and places of delivery and acceptance and FOB point: Required Period of Performance: 15 September 2016 - 30 December 2016 The services will take place at Camp Darby, Tirrenia (Pisa), Italy. FOB destination. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Basis for the award will be Price. (x) In accordance with Subpart 4.12-Representations and Certifications; 4.1201 Policy. (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration (see FAR 4.1102). (b)(1) Prospective contractors shall update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM.. In order to be awarded the contract all offerors are required to be registered in the System for Award Management (xi) The provision at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The specific FAR clauses listed in this applicable to this acquisition are identified here below: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.222-50 Combat Trafficking in Persons; 52.222-50 Alt. I Combat Trafficking in Persons; 52.204-7 System for Award Management JUL 2013; 52.204-7 Alt I System for Award Management-; FAR 52.214-34 - Submission of Offers in the English Language; FAR 52.217-8, Option to extend services; FAR 52.217-9, Option to extend the term of the contract; 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.225-14 - Inconsistency Between English Version and Translation of Contract; FAR 52.225-17 - Evaluation of Foreign Currency Offers; FAR 52.228-4 Workers Compensation Insurance (DBA); FAR 52.233-1 Disputes; FAR 52.233-2, Service of protest; FAR 52.233-3 Protest After Award; FAR 52.252-1 - Solicitation Provisions Incorporated by Reference; FAR 52.252-2 - Clauses Incorporated by Reference; FAR 52.232-8- Discounts for Prompt Payment; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-15 - Stop-Work Order; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials., 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7007 Alt. A; 252.212-7001 Contract terms and conditions required to implement status; DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas); DFARS 252.222-7003 Permit from Italian Inspectorate of Labor; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7041 Correspondence in English; DFARS 252.225-7042 Authorization to Perform; DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States; DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001 Tax Relief; DFARS 252.229-7003 Tax Exemptions (Italy); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7008 Assignment of Claims (Overseas), 252.232-7010 Levies on Contract Payments, CCE 204-4000 U.S. and Host nation holidays; CCE 225-4001 Installation clearance requirements; 252.243-7001 Pricing of Contract Modifications, 252.247-7023 Transportation of Supplies by Sea, CCE 204-4004 Non applicability of Italian Civil Code (March 2005); CCE 233-4001 Choice of law-Overseas (Italy); CCE 233-4002 AMC - Level protest program; CCE 237-4000 Contractor Identification requirement. The following FAR Clauses are checked and are applicable to this acquisition: F.O.B. Destination applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition, DFAR 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations, DFAR 252.232-7006, Wide Area Work Flow Payment Instructions. The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. (xiii) Additional contract requirements: a) Offerors are reminded that to be awarded a government contract you MUST possess a DUNS (Dun & Bradstreet; phone: 02-28-455-379) and NCAGE (www.dlis.dla.mil/Forms/Form_AC135.asp) numbers and be registered in SAM (https://www.sam.gov/portal/public/SAM/) in accordance with b) 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. c) Determination of the responsibility: The offeror shall submit with the offer a copy of the Chamber of commerce and a copy of DURC (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All proposals must be submitted to the Contracting Officer no later than 12:00 p.m. (GMT+01:00, Rome) on September 06, 2016. All quotes shall be submitted in English and include the company point of contact, phone number, and email address. Only electronic (CD-R or DVD-R) copies of the quote shall be accepted using the mailing address identified in paragraph (xvi). Quotes shall include one scanned copy of the dated offer signed by an official fully authorized to bind the offeror. The documents shall be "Read Only" and all documents shall be submitted in Microsoft Office (version 2007 compatible) formats or Adobe Acrobat (PDF. The price should be submitted in EURO without IVA. The United States government is exempt from payment of Imposta Valore Aggiunto (IVA) tax in accordance with DFAR 252.229-7003, Tax Exemptions, and with Article 72 of the Italian IVA implementing Decree Law 633, dated October 26, 1972. (xvi) The Point of Contact and address for this contract is: Cristina Pancaccini Regional Contracting Office - Sub-Office Livorno Commando Americano Camp Darby - Depot Area 56018 Tirrenia (PI); ITALY Email: cristina.pancaccini2.ln@mail.mil Telephone: (39) 050-54-8365 Attachments: -Attachment # 1- Performance Work Statement -Attachment # 2- Standard Operating Procedure Review (& Italian), dated July 10, 2006 -Attachment #3 - Camp Darby/Livorno Military Community Known Hazards General List &Italian version), dated January 2011 -Attachment #4- Safety documents -Attachment #5- Listing of Containers to Relabel
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cec2bef73cb317fc2d612d35a61d9912)
 
Place of Performance
Address: Commando Americano Camp Darby – Depot Area, 56018 Tirrenia (PI); ITALY, Italy
 
Record
SN04244309-W 20160828/160826235914-cec2bef73cb317fc2d612d35a61d9912 (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.