Rental of two semi-trailers, Darby Military Community, Italy
NOTE: Amendment 0001 (January 4, 2019): The purpose of this amendment is to insert the following two attachments: - "AMT 0001 Requests For Information (Questions&Answers)"; - "Performance Work Stateme... NOTE: Amendment 0001 (January 4, 2019): The purpose of this amendment is to insert the following two attachments: - "AMT 0001 Requests For Information (Questions&Answers)"; - "Performance Work Statement updated on January 2019". The due in date has been subsequently postponed to 12:00 p.m. "noon" (local time, Rome, Italy) January 14, 2019. No changes are made to the FOB destination. All other terms and conditions of the original 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 W912PF-19-Q-0005; 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: 2005-87-2 / 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 532120. (v) The purpose of this combined synopsis/solicitation is to execute, for a period of base year plus the option to extend the service up to six months IAW FAR clause 52.217-8, the performance of Rental of two semi-trailers, as described in the attached Performance Work Statement dated December 2018 and consisting of seventeen pages. Offerors are required to indicate the unit price and the total cost for the following items: - 0001-Rental of two semi-trailers, in accordance with the attached Performance Work Statement dated December 2018 and consisting of seventeen pages. The delivery, repair and/or replacement of the equipment are included. The Government is not obliged to use the entire twelve months period for rental; the Government could exercise the option to extend the rental service, but the total extension of the performance shall not exceed six months, as per the below attached FAR clause 52.217-8 "Option to extend services". Quantity 12 Unit of issue: months. 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: 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 2019. 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 rental of two semi-trailers at AFSB for the satellite community of Camp Darby. The Contractor shall provide two semitrailers, with wooden working top to transport 20/40 FT full containers, without operator for a basic period of 12 months, with the option to extend the contract for 6 months. Equipment rented must comply with the technical specifications. Semitrailers shall comply with the Italian Road Code, each semitrailers shall be provided of Insurance, and copies of "Revisione" (if necessary). The contractor will deliver equipment to the AFSBn-AFRICA located in the Leghorn Army Depot, Italy, at the beginning of the rental period and pick them up from this same location at the end of the rental period. The contractor shall supply the "Libretto di circolazione" of each semitrailer. The contractor is required to ensure that inoperable equipment is back operable within three working days from the time the Contracting Officer's Representative (COR) notifies the contractor in writing. Beyond the three working days the contractor will replace the inoperative equipment with another one having the same technical characteristics. The Contractor shall keep the equipment in a condition of efficiency IAW manufacturer's instructions. (vii) Dates and places of delivery and acceptance and FOB point: The Period of Performance will consist of one base year (February 1, 2019 - January 31, 2020), and the option to extend the rental service up to six months, as per the FAR clause 52.217-8 "Option to extend services". 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) The specifications (i.e. technical brochure or card) of the equipment to demonstrate that the items are in accordance with the description contained in the attached Performance Work Statement. Documentation requested for the responsibility determination: 1)Copy of the DURC. The offeror shall provide with the proposal a copy certified and not older than ninety (90) days at the time set for the receipt of the offer of the DURC. The document MUST include the following statement otherwise the proposal will be rejected "Con il presente documento si dichara che l'impresa RISULTA REGOLARE ai fini del DURC"; 2) Copy of the Certificate of the Chamber of Commerce (Certificato di Iscrizione alla Camera di Commercio, CCIA (ordinario). The offeror shall provide with the proposal a copy certified and not older than two (2) months at time set forth for the receipt of the offer; 3) Copy of "Dichiarazione di non essere oggetto di provvedimenti di sospensione o interdittivi di cui all'art. 14 del D.Lgs. 81-2008. (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 technically acceptable. The following factor shall be used to evaluate offers: - Price. The Vendor shall submit the price in EURO currency. A price reasonableness approach will be utilized by the Government to determine that the proposed prices are Fair and Reasonable (base year and six months extension in accordance with FAR clause 52.217-8), and that a "buy-in" or unbalanced pricing is not occurring. (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, 52.233-1 - 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 January 14, 2019. 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 the following paragraph. (xvi) One electronic copy of the proposal shall be submitted. Send an email containing all the attachments to the following e-mail addresses: 1) elisa.orsini2.ln@mail.mil; 2) holley.d.mcneely.civ@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 December 2018 and consisting of seventeen pages.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »