Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
MODIFICATION

R -- Readiness and Resiliency Coordinator, Darby Military Community, Italy - PWS containing para. 5.6.1.corrected

Notice Date
8/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 414th CSB (W912PF) Vicenza, UNIT 31401 BOX 33, APO AE, 09630, Italy
 
ZIP Code
00000
 
Solicitation Number
W912PF18Q0048
 
Archive Date
9/25/2018
 
Point of Contact
Elisa Orsini, Phone: 0039050548367
 
E-Mail Address
elisa.orsini2.ln@mail.mil
(elisa.orsini2.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) containing para. 5.6.1.corrected Amendment 0001 (23 August 2018). The purpose of this amendment is to: - Delete the following phrase under CLINs 0001, 1001 and 2001: "CLIN pricing is based on a standard eight (8) hour workday". - Insert the attachment titled "PWS containing para. 5.6.1.corrected". No changes are made to the FOB destination. All other terms and conditions of the combined synopsis/solicitation remain unchanged. (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 as found at FAR Subpart 13 and as supplemented with the additional information included in this notice. (ii) The solicitation number is W912PF18Q0048; the solicitation is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-99-1 / 07-16-2018. (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 624190. (v) The purpose of this combined synopsis/solicitation is to execute, for a period of base year plus two (2) option years, the performance of Readiness and Resiliency Coordinator, as described in the attached Performance Work Statement dated August 2018 and consisting of fifteen pages. Offerors are required to indicate the unit price and the total cost for the following items. Base year: - 0001- Readiness and Resiliency Coordinator. Services and duties to be performed in accordance with (IAW) Part 5 of the attached Performance Work Statement. Quantity 12 Unit of issue: months. Unit price ____________ Total amount_________ - 0002-Travel CLIN, (IAW) paragraphs 5.6, 5.6.1 and 5.6.2 of the attached Performance Work Statement. Quantity 12 Unit of issue: day. Unit price ____________ Total amount_________ Note: Travel unit price is a Firm-Fixed Price per day and is not a cost reimbursable CLIN. - 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: https://www.ecmra.mil/Default.aspx "U.S. Department of Defense ‐ Enterprise Contract Manpower Reporting Application". The U.S. Department of Defense is the 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 2018. 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: job. Unit price ____________ Total amount_________ Option year one: - 1001- Readiness and Resiliency Coordinator. Services and duties to be performed in accordance with (IAW) Part 5 of the attached Performance Work Statement. Quantity 12 Unit of issue: months. Unit price ____________ Total amount_________ - 1002-Travel CLIN, (IAW) paragraphs 5.6, 5.6.1 and 5.6.2 of the attached Performance Work Statement. Quantity 12 Unit of issue: day. Unit price ____________ Total amount_________ Note: Travel unit price is a Firm-Fixed Price per day and is not a cost reimbursable CLIN. - 7501-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: https://www.ecmra.mil/Default.aspx "U.S. Department of Defense ‐ Enterprise Contract Manpower Reporting Application". The U.S. Department of Defense is the 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 2018. 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: job. Unit price ____________ Total amount_________ Option year two: - 2001- Readiness and Resiliency Coordinator. Services and duties to be performed in accordance with (IAW) Part 5 of the attached Performance Work Statement. Quantity 12 Unit of issue: months. Unit price ____________ Total amount_________ - 2002-Travel CLIN, (IAW) paragraphs 5.6, 5.6.1 and 5.6.2 of the attached Performance Work Statement. Quantity 12 Unit of issue: day. Unit price ____________ Total amount_________ Note: Travel unit price is a Firm-Fixed Price per day and is not a cost reimbursable CLIN. - 7502-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: https://www.ecmra.mil/Default.aspx "U.S. Department of Defense ‐ Enterprise Contract Manpower Reporting Application". The U.S. Department of Defense is the 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 2018. 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: job. Unit price ____________ Total amount_________ (vi) Description of the requirements for the items being required: This requirement includes the performance of Readiness and Resiliency Coordinator (R2) at Army Community Service for the satellite community of Camp Darby. The contractor shall assist in providing R2 knowledge and technical guidance to the USAG Italy Command. The contractor shall assist in developing and publicizing information on R2 initiatives and available services. The contractor shall facilitate R2 working group meetings to establish priorities, initiatives, compile data, coordinate marketing of R2 resources and community events in accordance with (IAW) Army Regulation (AR) 600-63. The contractor shall integrate working group efforts into the Army Europe South Commander's Ready and Resilient Council (CR2C) process. This is a part-time, non-personal services contract providing R2 coordination and integration into the Army Europe South CR2C process. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor, who in turn is responsible to the Government. The contractor shall research trends, statistics and collecting existing data necessary to track the impact of the R2 programs and initiatives for the Darby Military Community. This will involve developing research methodologies, collecting, organizing, analyzing, interpreting, reporting, communicating and disseminating high quality data and information regarding installation characteristics, activities and operations. This position requires administrative and organization skills to include production of meeting minutes, power point presentations, information papers, as well as facilitating and attending meetings. The primary focus of the position is to support the USAG Italy Community Readiness and Resiliency Integrator (CR2I) and integrate R2 initiatives within the Darby Military Community into the larger CR2C process IAW AR 600-63. Services shall be performed in support of military personnel, family members, and Department of Defense (DOD) civilians and their family members in the USAG Italy Military Community. (vii) Dates and places of delivery and acceptance and FOB point: The Period of Performance will consist of one base year and two, one year option periods, as follows: Base Year 24 Sept 2018 through 23 Sept 2019 Option Year 1 24 Sept 2019 through 23 Sept 2020 Option Year 2 24 Sept 2020 through 23 Sept 2021 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. Offerors are reminded that to be awarded a government contract you MUST possess a DUNS (Dun & Bradstreet; http://fedgov.dnb.com/webform) 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 FAR 52.204-7 Alt I entitled System for Award Management Registration (August 2012). Required documents: 1) a signed and priced copy of this quote; 2) a resume in accordance with the below para. ix). (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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. This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced offer that meets or exceeds all the minimum mandatory criteria in the solicitation evaluation factors. The following factors shall be used to evaluate offers: 1) Price. The Vendor shall submit the price in dollar currency. A price reasonableness approach will be utilized by the Government to determine that the proposed prices are Fair and Reasonable (base year, option years, and six months extension in accordance with FAR clause 52.217-8), and that a "buy-in" or unbalanced pricing is not occurring. 2) Education and Experience: The Vendor shall demonstrate to be in possession of the education and experience skills listed at para 1.2 of the attached Performance Work Statement. Factor 2) will be rated using an Acceptable/Unacceptable rating. Acceptable: the proposal clearly meets the minimum requirements of the combined synopsis-solicitation. Unacceptable: the proposal does not clearly meet the minimum requirements of the combined synopsis-solicitation. (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. (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. (xiii) The specific FAR clauses listed in this applicable to this acquisition are identified under the following paragraph, Additional contract requirements: 252.232-7006 Wide Area WorkFlow Payment Instructions, 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, 52.204-13 "System for Award Management Maintenance", 52.217-8 -- Option to Extend Services, 52.217-9 -- Option to Extend the Term of the Contract, 52.233-1 - Disputes, 52.236-1 -- Performance of Work by the Contractor, 52.252-2 -- Clauses Incorporated by Reference, 52.204-9 -- Personal Identity Verification of Contractor Personnel, 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 - Incorporation by Reference of Representations and Certifications, 52.223-5 -- Pollution Prevention and Right-to-Know Information, 52.225-14 -- Inconsistency Between English Version and Translation of Contract, 52.228-4 -- Workers Compensation and War-Hazard Insurance Overseas, 52.232-8 -- Discounts for Prompt Payment, 52.232-39 - Unenforceability of Unauthorized Obligations, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.242-15 -- Stop-Work Order, 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7007 Alternate A, Annual Representations and Certifications, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7003 Control of Government Personnel Work Product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.222-7002 Compliance with Local Labor Laws (Overseas), 252.222-7003 Permit from Italian Inspectorate of Labor, 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials, 252.225-7041 Correspondence in English, 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States, 252.225-7048 Export-Controlled Items; 252.229-7000 Invoices Exclusive of Taxes or Duties; 252.229-7001 Tax Relief, 252.229-7003 Tax Exemptions (Italy), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7008 Assignment of Claims (Overseas), 252.232-7010 Levies on Contract Payments, 252.233-7001 Choice of Law (Overseas), 252.243-7001 Pricing of Contract Modifications, 252.244-7001 Contractor Purchasing System Administration, 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations, 252.247-7023 Transportation of Supplies by Sea, 52.214-34 -- Submission of Offers in the English Language, 52.252-1 -- Solicitation Provisions Incorporated by Reference, 52.204-16 --Commercial and Government Entity Code Reporting, 52.204-17 Ownership or Control of Offeror, 52.225-17 -- Evaluation of Foreign Currency Offers, 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 252.204-7007 Alternate A, Annual Representations and Certifications, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, CCE 233-4002 AMC-Level Protest Program. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All quotes shall be submitted to the Contracting Office no later than 12:00 p.m. "noon" (local time, Rome, Italy) on September 10, 2018. All quotes shall be submitted in English and include the phone number and email address of the point of contact. Only electronic copies of the quote shall be accepted using the address identified in paragraph xvii. (xvi) One electronic copy of the proposal shall be submitted. Send an email containing all the attachments to: elisa.orsini2.ln@mail.mil; be advised that our system does not provide you with an automatic confirmation of the receipt of your quote. This includes one original dated quote signed by an official fully authorized to bind the Vendor. DO NOT USE the Poste Italiane. All responsible vendors may submit a quote, which shall be considered by the agency. 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 2013 compatible) formats or Adobe Acrobat (PDF). (xvii) The Point of Contact and address for this request for quote is: Elisa Orsini (Contract Specialist) Email address: elisa.orsini2.ln@mail.mil Telephone: (39) 050-54-8367 414TH CSB PARC AFRICA/SUB-OFFICE LIVORNO Via Aurelia, Edificio 5131 Zona Deposito 56128 Tirrenia (Pisa), Italy (xviii) Attachment: - Performance Work Statement dated August 2018 and consisting of fifteen pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2ae2ca832dfdb3b7eb75fafe8fd3dba)
 
Record
SN05054422-W 20180825/180823232017-e2ae2ca832dfdb3b7eb75fafe8fd3dba (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.