United States Consulate General Frankfurt · Contractor's usual accounting practices consistent...

13
SBU - Contracting and Acquisitions COMBINED SYNOPSIS & SOLICITATION United States Consulate General Frankfurt Requirement for Maritime Engineering Support Program on behalf of the U.S. Embassy Tbilisi, Georgia, Export Control and Related Border Security (EXBS) Program SOLICITATION NO. 19GE5019R0064 Issued by: American Consulate General Regional Procurement Support Office Giessener Strasse 30 60435 Frankfurt am Main Germany

Transcript of United States Consulate General Frankfurt · Contractor's usual accounting practices consistent...

Page 1: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

SBU - Contracting and Acquisitions

COMBINED SYNOPSIS & SOLICITATION

United States Consulate General

Frankfurt

Requirement for Maritime Engineering Support Program

on behalf of the U.S. Embassy Tbilisi, Georgia, Export Control and Related

Border Security (EXBS) Program

SOLICITATION NO. 19GE5019R0064

Issued by:

American Consulate General

Regional Procurement Support Office

Giessener Strasse 30

60435 Frankfurt am Main

Germany

Page 2: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 2 of 13

SBU - Contracting and Acquisitions

September 12, 2019

Combined Synopsis and Solicitation Notice

Solicitation Number 19GE5019R0064

The American Consulate General Frankfurt hereby provides the following Combined Synopsis

and Solicitation for:

Requirement for Maritime Engineering Support Program, on behalf of the U.S. Embassy

Tbilisi, Georgia, Export Control and Related Border Security (EXBS) Program. All interested

offerors shall review the attached pages of this solicitation, and offer services in accordance with

the Statement of Work as provided in this document. The evaluation of offers will be based on

the Lowest-Priced, Technically Acceptable (LPTA) approach.

Synopsis

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. The solicitation number is 19GE5019R0064 and is issued as a

Request for Proposals (RFP), unless otherwise indicated herein.

The solicitation document and incorporated provisions and clauses are those in effect through

Federal Acquisition Circular FAC 2019-06, effective September 10, 2019.

Contract Type:

The Government intends to award a single, firm fixed-price purchase order with a reimbursable

element for travel cost to the responsible offeror whose offer is evaluated as the lowest-priced

and technically acceptable. Price shall include all labor, travel cost (if any), equipment, materials,

general liability insurance, Defense Base Act insurance, as required by FAR 52.228-3, overhead,

profit, insurance, and all other expenses necessary to deliver the required services. No additional

sums will be payable on account of any escalations in the cost of materials, equipment, or labor,

or because of the Contractor’s failure to properly estimate or accurately predict the cost or

difficulty of achieving the results required by this contract. Nor will the contract price be

adjusted on account of fluctuations in currency exchange rates. Any costs not priced will be

considered to be included in the overhead and other indirect costs.

AMERICAN CONSULATE GENERAL

Regional Procurement Support Office

Giessener Strasse 30

60435 Frankfurt am Main

Germany

Tel: (49) 69 7535 3345

E-Mail: [email protected]

Page 3: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 3 of 13

SBU - Contracting and Acquisitions

Note: See also the provision at DOSAR 652.228-70, “WORKERS COMPENSATION

INSURANCE (DEFENSE BASE ACT – SERVICES (Feb 2015)”.

The offeror shall insert the prices, and the currency in which the offer is made.

Term of Contract:

This ensuing purchase order shall be effective from the date of the Contracting Officer’s

signature and shall remain valid until all services are received and accepted by the Government.

DEFENSE BASE ACT (DBA) INSURANCE

DBA insurance is required for all United States citizens or residents and

individuals hired in the United States, regardless of citizenship for any construction and services

for U. S. overseas contracts over US$10,000.00. Only the countries listed currently on the

Department of Labor’s (DOL) Active DBA Waivers are not required to have DBA insurance for

Host Country Nationals (HCNs) and Third Country Nationals (TCNs) working overseas. (See

website for country waivers: https://www.dol.gov/owcp/dlhwc/dbawaivers/dbawaivers.htm).

The DBA insurance may be obtained from any authorized DBA insurance broker,

see FAR 52.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT)

(APR 1984). New DBA insurances policies can be purchased directly from any DOL

(Department of Labor) approved insurance carrier. A list of DOL approved carriers may be

found at http://www.dol.gov/owcp/dlhwc/lscarrier.htm.

The Contractor will be reimbursed for DBA only to the extent the contractor

provides documentary proof that DBA has been paid and only to the extent quoted in Line Item

0002 below.

NOTE: Republic of Georgia is not listed on the DOL Active DBA Waivers; therefore, the

Contractor is required to have DBA insurance for Host Country Nationals (HCNs) and Third

Country Nationals (TCNs) working under this contract.

STATEMENT OF WORK

Requirement for Maritime Engineering Support Services

for the Republic of Georgia

1. PLACES OF PERFORMANCE:

Georgian Coast Guard Bases, Poti, Georgia and Batumi, Georgia

2. REFERENCES:

a. Caterpillar 3516 Diesel Engine Maintenance Standards

b. Caterpillar 3304 Diesel Generator Maintenance Standards

c. Mercury Outboard Engine Maintenance Standards

Page 4: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 4 of 13

SBU - Contracting and Acquisitions

3. SPECIFICATIONS:

None.

4. SECURITY REQUIREMENTS:

All personnel requiring access to the U.S. and/or premises of the Government of the

Republic of Georgia shall obtain clearance with a minimum level per the Contracting

Officer Representative’s (COR) guidance. Contractor’s request for authorization shall be

submitted not later than ten (10) days before a planned visit. Visit request shall be

forwarded to the assigned COR.

5. TECHNICAL MANAGER and ADVISOR DESIGNATION:

a. The Department of State EXBS Program Manager (PM) for this task is Ms. Karen

Chaisson, who can be reached at (202) 647-0709, or, [email protected].

b. The Project Coordinator (PC) for Department of State EXBS (in country) for this task

is Ms Rosie Petrov, EXBS Advisor, who can be reached at (+011) 995 32 227 73 12

(office) or (+011) 995 599 09 39 49 (cell) or email [email protected].

6. DESCRIPTION OF WORK:

Basic Requirement

Scope: The scope of work for this order shall consist of the efforts necessary to provide

Caterpillar Engine and Generator Evaluations onboard two newly transferred

USCG/GCG 110’ Island class cutters, for each of the cutters two (2) diesel engines and

two (2) ships Generators. Services will also include providing Evaluations of six (6)

Mercury outboard engines as outlined below.

Follow-on work may be required for continued Command and Control, Communications,

Computer, Intelligence, Sensors, and Reconnaissance (C4ISR) and Command and

Control, Communications, Computer, and Information Technology (C4IT) support for

the Georgian Coast Guard enterprise systems. However, that would be subject to a new

and separate order.

6.1 Planning and Travel - Plan and travel to Tbilisi, Georgia and to Poti, Georgia

to meet with the EXBS Program Manager(s) and Georgian Coast Guard

personnel to provide the below outlined Evaluation and Maintenance services.

6.2 Option for additional Services (The Contracting Officer reserves the right to

exercise this option within the performance period of the contract):

6.2.1 Provide the Georgian Coast Guard with two (2) eight (8) hour days of

engine Evaluation for the two (2) Caterpillar 3516 engines onboard the

two Island class GCG cutters (four (4) days total).

6.2.2 Provide the Georgian Coast Guard with one (1) eight (8) hour day of

ship 3304 Generator Evaluation for each set of the two (2) Caterpillar

Page 5: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 5 of 13

SBU - Contracting and Acquisitions

3304 Generators onboard the two Island class GCG cutters (two (2)

days total).

6.2.3 Provide the Georgian Coast Guard with one (1) eight (8) hour day of

Mercury Outboard Motor Evaluation for each of the six (6) Mercury

Outboard Motors listed in paragraph 6.3.3 above (six (6) days total).

6.3 Qualifications

6.3.1 Qualified engine technicians shall have;

a. High school diploma or GED equivalent.

b. Minimum of three (3) years of Caterpillar 3516 diesel engine

evaluation and maintenance experience.

c. Minimum of three (3) years of Caterpillar 3304 diesel generator

evaluation and maintenance experience.

d. Minimum of three (3) years of Mercury outboard motor

evaluation and maintenance experience.

e. Knowledge of proper OSHA shipyard safety fundamentals.

7. GOVERNMENT FURNISHED PROPERTY (GFP):

None

8. CONTRACTOR-ACQUIRED PROPERTY (CAP):

a. The contractor shall be able to provide all necessary materials that is not otherwise

furnished by the government.

b. The contractor shall provide material not readily available in the DoS supply system,

but necessary to complete the task in a timely manner. Any material required for this

task not listed below must first be submitted to the EXBS Program Manager (PM) for

approval. This submission must include the exact items required, the quantity

required and the cost of each item. Any material items not specifically approved by

the EXBS PM for this task shall not be charged to this task. All materials and

equipment purchased to support this contract using Government funds shall become

the property of the US Government and shall be handled, stored and safeguarded in

accordance with current instructions for such government owned equipment and

materials.

c. A representative list of allowable CAP is provided below:

a. Shipping Materials

b. Special Tools (i.e., calipers, test jigs, etc.)

c. Hardware (nuts, bolts, etc.)

d. Electronic storage media/devices and software

e. Cellular Leasing (Data/Comms with the EXBS PM, Maritime Advisor and

GCG)

f. RF/Control/Signal/Power/Miscellaneous cable

g. Training and Evaluation platform fabrication, as necessary

h. Training, Evaluation and Corrective Maintenance Materials

Page 6: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 6 of 13

SBU - Contracting and Acquisitions

d. Excess CAP purchased with government funds shall be returned to the designated

EXBS PM upon task completion.

9. TRAVEL AND SUBSISTENCE/PER DIEM REQUIREMENTS:

Travel: The Contractor shall be reimbursed for reasonable actual travel costs (transportation,

lodging, meals and incidental costs) in accordance with its usual accounting practices consistent

with FAR Subpart 31.2; specifically, FAR 31.205-46. Travel must be directly related to and

required for performance of this contract, and authorized in advance and in writing by the

Contracting Officer's Representative (COR). In no event shall costs associated with employee

commuting be reimbursable as a direct cost under this contract. Travel costs shall not be

burdened with any indirect costs unless specifically allowable in accordance with the

Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall

travel costs be burdened with fees/profit. The Contractor shall include a breakout of all

authorized travel expenses as an attachment to its invoices. Administrative support (coordination

of travel arrangements, etc.) will be the responsibility of the Contractor. When local travel

between Contractor employee's regular place of performance and other locations is specifically

authorized by the COR, transportation expenses shall be allowable costs under this contract. For

the purposes of this clause, local travel means travel within a 50 mile radius of the Contractor

employee's regular place of performance and does not include daily commuting or associated

costs. Travel shall be performed in accordance with State Department travel regulations. The

mode of travel shall be the most advantageous to the Government and must be authorized by the

COR prior to commencement of travel. For travel where use of a personal automobile has been

specifically authorized by the COR, reimbursement shall be computed on the basis of actual

miles traveled from starting point to destination. Other related miscellaneous expenses, such as

tolls and parking fees, incurred in the performance of tasks authorized under this contract, will be

reimbursed. Car rentals require advance approval by the COR and will be authorized only when

consistent with good business practice. Allowable costs shall not exceed the actual cost of enting

a compact automobile (a maximum of one for five Contractor personnel), unless extenuating

circumstances (e.g., excess baggage) require other arrangements and subsequent COR approval

is obtained.

10. DATA DELIVERABLES:

a. A0001 - Travel Plans shall be submitted to the EXBS PM seven (7) days in advance

of planned travel.

b. A0002 - Site/trip reports are due to the EXBS PM on a weekly basis, every Monday

by 5pm. The site report shall outline any issue that may impact successful on time

evaluation activity, along with recommendations for improvement to the projects

progress. Each recommendation shall be estimated in terms of expected cost (in USD)

to affect the repair(s) or replacement action(s).

c. A0003 - Program Closeout Summary report shall be provided to the EXBS PM and

Maritime Advisor at the completion of the program.

11. SUB-CONTRACTING REQUIREMENTS:

Subcontracting is authorized in the performance of this order.

Page 7: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 7 of 13

SBU - Contracting and Acquisitions

12. ACCEPTANCE PLAN:

All work to be performed and all materials and data to be submitted under this order shall

be inspected and accepted by the designated EXBS PM and designated PJM.

13. OTHER CONDITIONS/REQUIREMENTS:

The contractor shall be prepared to respond to schedule changes on short notice.

Basis of Price:

The price of all services shall include travel cost, equipment, insurances, materials and all other

expenses necessary to provide the services at diverse locations.

Performance: The services shall be performed in Batumi, Poti, Supsa (western Georgia) and

Tbilisi, Georgia – the exact addresses will be specified upon award. Services shall be completed

as soon as possible but not later than twelve (12) months from the date of purchase order award.

The Contractor shall contact the Contracting Officer’s Representative (COR) upon receipt of the

award. The Contractor shall coordinate the performance of the services with the COR; COR

details will be provided upon award.

Any additional charges caused by Contractor’s failure to follow the COR’s instructions and

guidance shall to be borne solely by the Contractor, provided that the COR’s instructions and

guidance are not in conflict with terms and conditions of the contract.

Applicable Clauses and Provisions:

The full text of the referenced FAR and DOSAR clauses may be accessed electronically at

https://www.acquisition.gov/far/ and http://farsite.hill.af.mil/vfdosara.htm, respectively.

The selected Offeror must comply with the following commercial item terms and conditions,

which are incorporated herein by reference:

FAR 52.204-7, FAR 52.204-13, FAR 52.204-16, FAR 52.204-18;

FAR 52.212-1-- Instructions to Offerors - Commercial Items (Oct 2015)

FAR 52.212-2 -- Evaluation – Commercial Items (Oct 2014)

FAR 52.212-3-- Offeror Representations and Certifications - Commercial Items (Nov 2018)

FAR 52.212-4-- Contract Terms and Conditions - Commercial Items (Jan 2017)

Addendum to FAR 52.212-4 Contract Terms and Conditions – Commercial Items

(Deviation 2017-02)

The whistleblower protection of 41 U.S.C 4712 has been removed from paragraph (r) of FAR

clause 52.212-4.

The following revised paragraph applies:

Page 8: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 8 of 13

SBU - Contracting and Acquisitions

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply

with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain

Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37,

Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 10 U.S.C.

2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C.

chapter 21 relating to procurement integrity.

(End of Clause)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive

Orders-Commercial Items - the applicable clauses under paragraph (b) are: FAR 52.204-10,

52.209-6, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33.

FAR 52.217-4-- Evaluation of Options Exercised at Time of Contract Award (Jun 1988)

FAR 52.217-5 -- Evaluation of Options (Jul 1990)

FAR 52.217-7 -- Option for increased Quantity-Separately Priced Line Item (Mar 1989)

FAR 52.217-8 -- Option to Extend Services (Nov 1999)

FAR 52.228-3-- Workers’ Compensation Insurance (Defense Base Act) (Jul 2014)

FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

DOSAR 652.229-70 -- Excise Tax Exemption Statement for Contractors Within the United

States (Jul 1988)

DOSAR 652.232-70 -- Payment Schedule and Invoice submission (Fixed/Price) (Aug 1999)

DOSAR 652.242-73 -- Authorization and Performance (Aug 1999)

DOSAR 652.243-70 -- Notices (Aug 1999)

The following provision(s) are provided in full text:

Addendum to FAR 52.212-1 Instruction to Offerors – Commercial Items (Aug 2018)

Pursuant to FAR 12.302(d), the provision at FAR 52.212-1, Instruction to Offerors –

Commercial Items (Oct 2018) is augmented as follows: Preparation of Offers - Offerors shall

prepare and submit its offer in two (2) volumes as set forth below.

Volume I

(i) Prices – this requirement is VAT (Value Added Tax) and customs fee

exempt. Documentation will be provided if required.

Base Year

CLIN# Description Unit Quantity Unit

Cost

Total Cost

0001

Maritime Engineering Services

as described in the SoW –

Paragraph 6. – Scope.

Lot

1

Page 9: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 9 of 13

SBU - Contracting and Acquisitions

0002

Option for additional Services

as described in the SoW

paragraph 6.2. as Option

Lot

1

0003 Travel Cost – in accordance with

paragraph 9. of the SoW

Lot

1

0004

DBA Insurance for Base Year

Lot

1

Total CLINS 0001 – 0004

indicate currency

Option Year

CLIN# Description Unit Quantity Unit

Cost

Total Cost

1001

Maritime Engineering Services

as described in the SoW –

Paragraph 6. – Scope.

Lot

1

1002

Option for additional Services

as described in the SoW

paragraph 6.2. as Option

Lot

1

1003 Travel Cost – in accordance with

paragraph 9. of the SoW

Lot

1

1004

DBA Insurance for Base Year

Lot

1

Total CLINS 1001 – 1004

indicate currency

Total Base Year ___________________________

Total Option Year ___________________________

GRAND TOTAL (Base Year and OptionYear) ___________________________

Page 10: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 10 of 13

SBU - Contracting and Acquisitions

In addition, offerors shall complete and submit the following representations and certifications in this

Volume:

(ii) 52.212-3 Offeror Representations and Certifications - Commercial Items (Oct

2018)

The offeror shall complete FAR 52.212-3 Representations and Certifications – Commercial

Items (Oct 2018). This provision is accessible via https://www.acquisition.gov/far/.

(iii) 652.228-70 DEFENSE BASE ACT - COVERED CONTRACTOR

EMPLOYEES (FEB 2015)

(a) Bidders/offerors shall indicate below whether or not any of the following categories

of employees will be employed on the resultant contract, and, if so, the number of

such employees:

Category Yes/No Number

(1) United States citizens or residents

(2) Individuals hired in the United States,

regardless of citizenship

(3) Local nationals or third country nationals

where contract performance takes place in a

country where there are no local worker’s

compensation laws

Local Nationals:_____

Third Country Nationals: _____

(4) Local nationals or third country nationals

where performance takes place in a country

where there are local worker’s compensation

laws

Local Nationals: _____

Third Country Nationals: _____

(b) The contracting officer has determined that for performance in the country of

Georgia –

Worker’s compensation laws exist that will cover local nationals and third

country nationals.

Page 11: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 11 of 13

SBU - Contracting and Acquisitions

Worker’s compensation laws do not exist that will cover local nationals and

third country nationals.

(c) If the bidder/offeror has indicated “yes” in block (a)(4) of this provision, the

bidder/offeror shall not purchase Defense Base Act insurance for those employees.

However, the bidder/offeror shall assume liability toward the employees and their

beneficiaries for war-hazard injury, death, capture, or detention, in accordance with

the clause at FAR 52.228-4.

(End of provision)

(iv) ADDENDUM TO DOSAR 652.242-73 AUTHORIZATION AND

PERFORMANCE

CERTIFICATION: I, as duly authorized representative of the offeror hereby certify

that the Contractor I am representing has obtained or will prior to providing services

in the country covered by this contract obtain all necessary licenses and permits and

authorization to operate and do business in that country as required by the clause at

DOSAR 652.242-73. Furthermore, the Contactor will comply with all laws, decrees

and regulations of said country.

_______________________________________________

Signature

_______________________________________________

Name

_______________________________________________

Title

______________________________________________

Date

Volume II

TECHNICAL CAPABILITY

The proposed services shall meet all of the required technical specifications and the delivery

terms contained herein. In addition, the offeror shall provide:

(A) Technical qualifications as per the SoW.

(B) Offeror’s Past Performance Information.

(C) Experience of proposed technicians (per SoW).

(End of provision)

Addendum to 52.212-2 Evaluation – Commercial Items (Oct 2014)

Basis for Award:

Page 12: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 12 of 13

SBU - Contracting and Acquisitions

The Government intends to award a contract resulting from this solicitation to the responsible

offeror (as determined within the meaning of FAR Part 9, paragraph 9.104), whose offer

conforms to the solicitation and is determined to be the most advantageous solution to the

Government, price and other factors considered. Evaluation will be based on offeror’s

submission and the provision at FAR 52.212-2, as provided in this solicitation.

The Government reserves the right to award without any discussions. The following factors shall

be used to evaluate proposals:

(a) The following factors shall be used to evaluate offers:

(i) Pricing

The price will be evaluated by the lowest aggregate sum of the services including travel cost,

equipment, insurances, materials and all other expenses necessary to provide the services. This

requirement is VAT (Value Added Tax) exempt.

(ii) Technical Capability

Technical Capability and Past Performance, when combined, are equal to the price.

(iii) Other Requirements: An offer MUST be valid for 30 calendar days after submittal.

(b) 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)

52.214-34 Submission of Offers in the English Language (Apr 1991)

Offers submitted in response to this solicitation shall be in the English language. Offers received

in other than English shall be rejected.

(End of provision)

52.225-17 Evaluation of Foreign Currency Offers (Feb 2000)

If the Government receives offers in more than one currency, the Government will evaluate

offers by converting the foreign currency to United States currency using http://ice.cgfs.state.sbu/

in effect as follows:

(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.

(b) For acquisitions conducted using negotiation procedures--

(1) On the date specified for receipt of offers, if award is based on initial offers;

otherwise

(2) On the date specified for receipt of proposal revisions.

Page 13: United States Consulate General Frankfurt · Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fees/profit.

Page 13 of 13

SBU - Contracting and Acquisitions

(End of provision)

Submission of Offers:

The complete offer submission shall include:

(1) Price Offer and Representations and Certifications

(2) Technical Capability – Qualifications as per the SoW, Offeror’s past performance

information, and experience of proposed technicians.

Offers and all supporting documentation shall be submitted via email to Hannelore

Godecki: [email protected] and [email protected]. The email subject line

must read “Proposal 19GE5019R0064”. The size shall not exceed 45MB.

Submission of Questions:

Interested parties may submit any questions concerning the solicitation as soon as possible

but not later than 1600 hrs. CEST on Monday, September 16, 2019 to Hannelore

Godecki: [email protected] and [email protected]. The email subject line

must read “Solicitation 19GE5019R0064”.

Offer due date: Offers shall be submitted as soon as possible but not later than 1600 hrs.

Central European Sumer Time (CEST) on Friday, September 20, 2019. Late offers will

not be considered.

Acquisition Procedures and Extent of Competition: This acquisition is using Streamlined

Procedures in conjunction with Simplified Acquisition Procedures. Competition is full and

open.

Applicable laws and regulations: Solicitation and award will be subject to laws and

regulations of the United States of America.

{END OF SOLICITATION}