SOLICITATION NOTICE
59 -- Peripheral Replacement System
- Notice Date
- 6/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6339409T1193
- Response Due
- 6/19/2009
- Archive Date
- 7/4/2009
- Point of Contact
- Nelson Nailat 805-228-0606
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items, per FAR 13.5 utilizing the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes solicitation N63394-09-T-1193. A written solicitation will not be issued. N63394-09-T-1193 is issued as a Request for Quote on a sole source basis to Sabtech Industries, 23231 La Palma Ave, Yorba Linda, California 92887-4768. The North American Industry Classification System (NAICS) is 334418 and the Size Standard is 500 employees. The contract type is Firm-Fixed-Price. The following items and quantities are required: CLINDescriptionUIQty 0001Peripheral Replacement System (PRS), PN PR-93100-02-0200EA250002Shock Cabinet Mounting SystemEA220003SPRS Spare Kits, PN PR-SPARE-KitKt30004Installation Training Plan & Materials, and Travel IAW SOWLot 2 PRICING Contractor shall provide prices for the above CLINs using the table below. Price shall include shipping FOB destination. CLINDescriptionUIQtyUnit PriceExtended Price0001PRSEA250002Cabinet Mounting SystemEA220003SparesKit30004*Installation Training Plan & Instructional Materials; TravelLot2Total Price * For CLIN 0004, provide separate pricing for: Installation Training: ___________Instructional Materials:___________Travel:___________ Total CLIN 0004:___________ STATEMENT OF WORK FORFCS MK 92 SABTECH PERIPHERAL REPLACEMENT SYSTEM PROGRAM 1.0ACRONYMS:AROAfter Receipt Of OrderDEACData Exchange Auxiliary ConsoleFCSFire Control SystemGFMGovernment Furnished MaterialN/ANot ApplicableNSWC-PHDNaval Surface Warfare Center-Port Hueneme DivisionSABTECHPeripheral Replacement System ManufacturerSOWStatement of WorkSPRSSABTECH Peripheral Replacement System 2.0SCOPEThe contractor shall provide all necessary labor and materials to initiate a FCS Mk 92 Sabtech Peripheral Replacement System Program (SPRS) Installation Program. 3.0APPLICABLE DOCUMENTS None 4.0TECHNICAL DATA REQUIREMENTSNone 5.0REQUIREMENTSThis SOW describes the anticipated tasks to initiate an FCS Mk 92 Sabtech Peripheral Replacement System Program (SPRS) Installation Program.The FCS Mk 92 Sabtech Peripheral Replacement System (SPRS) Installation Program will provide all necessary material to replace the OJ-172 DEAC Console used by the FCS MK 92 with the Sabtech Peripheral Replacement System (SPRS). 5.1TASKSThe tasks are as follows:1. Procurement of Sabtech Peripheral Replacement System (SPRS), Mounting Cabinet, Spares2. Installation Training and Support Services 5.1.1PROCUREMENT OF SABTECH PERIPHERAL SYSTEMS 5.1.1a. Procurement of Twenty-five (25) Sabtech Peripheral Replacement System (SPRS) with supporting documentation.5.1.1b. Procurement of Twenty-two (22) Shock Cabinet mounting systems consisting of a Shock Cabinet and a Shock Cabinet to existing foundation adaptor.5.1.1c. Procurement of three (3) Sabtech Peripheral Replacement System (SPRS) spares kits.5.1.2CHANGE IMPLEMENTATIONProvide support for two (2) initial light off events, 1 East Coast (Norfolk, VA) and 1 West Coast location (San Diego or Alameda, CA) of Sabtech Peripheral Replacement Systems after console installation and provide training of Sabtech Peripheral Replacement System operators.6.0 GFMNone 7.0DELIVERABLES AND SCHEDULE OF DELIVERY: 7.1STATUS REPORTS The contractor shall provide a quarterly report that shall include details and specifics but not limited to status on the requirements identified in paragraph 5.0. The report shall also include problems encountered the action taken to resolve them and cost breakdowns of monthly expenditures. 7.2EQUIPMENT Deliverable equipment shall meet requirements of paragraph 5.1. 7.3DELIVERABLES 7.3.1Production Sabtech Peripheral Replacement Systems, PN: PR-93100-02-0200 (QTY: 25), and SPRS supporting documentation. 7.3.2Shock Cabinet mounting system consisting of a Shock Cabinet and a Shock Cabinet to existing foundation adaptor (QTY 22).7.3.3Production Sabtech Peripheral Replacement System spares kits PN: PR-SPARE-kit (QTY: 3). 7.3.4Training Plan and Material (2 Sets) 7.4SCHEDULE OF DELIVERY7.4.1All items identified in Para. 7.3 shall be delivered no later than twenty-two (22) weeks ARO. Partial and early deliveries are acceptable. Government will provide the contractor location, Point of Contact and dates of shipping. Completed units will be shipped as follows:CLINItemsNorfolk, VA (East Coast)San Diego, CA (West Coast)Alameda, CA (West Coast)0001PRS169**0002Cab Mounting Sys166**0003Spares210004Trng Plan & Mat'l11** Use for estimating purposes. West Coast deliveries will be split between San Diego and Alameda. Quantities will be provided by the customer prior to shipping to these locations. 8.0TRAVELDestination# Travelers# TripsDays/TripEast Coast: Norfolk, VA115West Coast: (Alameda or San Diego), CA115 9.0PERIOD OF PERFORMANCE:Period of Performance for this task is 22 weeks ARO. 10.0PLACE OF PERFORMANCEManufacturing and operational verification of work will be performed at the contractor's facility in Yorba Linda, CA. and NSWC-PHD at the discretion of the Government. Installation Support and Training will be performed at one US east coast and one west coast shipboard location to be determined at a later date. 11.0ACCEPTANCE Inspection and acceptance shall be by the Commander, Naval Surface Warfare Center, Port Hueneme Division, or his duly authorized representative. APPLICABLE CLAUSES This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. The offeror must provide the information contained in 52.212-1 instruction to Offeror-Commercial Items, 252.212-7000 Offeror Representative and Certification-Commercial Items and must include a completed copy of 52.212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. 52.212-2 Evaluation - Commercial Items. The proposal shall include descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement and pricing backup to support those COTS items. Warranty: The contractor shall provide their Standard Commercial Warranty and shall include information of the length of warranty, effective date, specific terms and conditions and warranty service provider with the company name and telephone number. Offerors are to include a completed copy of the provision at 52.213-3, Offeror Representations and Certifications- Commerci! al Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition as shown below: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Feb 2009)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:_x _ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402).___ (2) 52.219-1, Small Business Program Representations (May 2004)(15 U.S.C. 645(d).___ (ii) Alternate I (April 2002) of 52.219-1.___ (3) 52.219.4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (4) [Reserved]___ (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-6.___ (iii) Alternate II (Mar 2004) of 52.219-6.___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7._X__ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).___ (8) (i) 52.219-9, Small Business Subcontracting Plan (Apr 2008)(15 U.S.C. 637 (d)(4).)___ (ii) Alternate I (Oct 2001) of 52.219-9.___ (iii) Alternate II (Oct 2001) of 52.219-9.__X_ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)).___ (10) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)).___ (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).___ (ii) Alternate I (June 2003) of 52.219-23.___ (12) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (13) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f).___ (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2))._x__ (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755)._x__ (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126)._x__ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)._x__ (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246)._x__ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212)._x__ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793)._x__ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212)._x__ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201)._x__ (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts).___ (ii) Alternate I (Aug 2007) of 52.222-50.___ (25) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)).___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C))._x__52.223-13 -- Certification of Toxic Chemical Release Reporting. (Aug 2003)_x__ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)._x__ (27) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).___ (ii) Alternate I (Dec 2007) of 52.223-16._x__ (28) 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d).___ (29) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169).___ (ii) Alternate I (Jan 2004) of 52.225-3.___ (iii) Alternate II (Jan 2004) of 52.225-3.___ (30) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._x__ (31) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).___ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).___ (35) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f))._x__ (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).___ (37) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332).___ (38) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332)._x__ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a)._x__ (40) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.).___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.).___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).___ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007)(31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793).(v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).(vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.)(vii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50.(viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)(ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)(x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)Additional information: 52.247-34 F.O.B. Destination (Nov 1991).(a) The term "f.o.b. destination," as used in this clause, means- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the ! referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of clause)INVOICE INSTRUCTIONS (NAVSEA) (JUN 2007)(a) In accordance with the clause of this contract entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor Quick Reference Guides also are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are "Getting Started for Vendors" and "WAWF Vendor Guide".(c) The designated CCR EB point of contact is responsible for activating the company's CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under the company's CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company's CAGE code at https://wawf.eb.mil. (d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF:Type of Document (contracting officer check all that apply)Invoice (FFP Supply & Service)XInvoice and Receiving Report Combo (FFP Supply)Invoice as 2-in-1 (FFP Service Only)Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)Receiving Report (FFP, DD250 Only)DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable)Issue DODAACN63394Admin DODAACPay Office DODAACInspector DODAACN63394Service Acceptor DODAACN63394Service Approver DODAACN63394Ship To DODAACN63394DCAA Auditor DODAACLPO DODAACN/AInspection LocationDestinationAcceptance LocationDestinationAttachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on "Send More Email Notification" and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF. Send Additional Email Notification To:(WAWF Id Acceptor) TBD@navy.mil(Alternate WAWF Id Acceptor) TBD@navy.mil (f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.(g) The WAWF system has not yet been implemented on some Navy programs; therefore, upon written concurrence from the cognizant Procuring Contracting Officer, the Contractor is authorized to use DFAS's WInS for electronic end to end invoicing until the functionality of WInS has been incorporated into WAWF.(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the local WAWF point of contact Karen Dawley at 805 228 0921 or Karen.Dawley@navy.mil (End of clause) ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)(a) Definitions. As used in this clause-(1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation.(2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.(c) The Contractor may submit a payment request and receiving report using other than WAWF only when-(1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF;(2) DoD is unable to receive a payment request or provide acceptance in electronic form;(3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or(4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System).(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.(End of clause)52.203-3 Gratuities (April 1984).52.204-7 Central Contractor Registration (April 2008). 52.232-1 Payments (April 1984).52.232-8 Discounts for Prompt Payment (February 2002).52.232-25 Prompt Payment (October 2008).52.246-2 Inspection of Supplies-Fixed-Price (August 1996).52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (April 1984).52.249-8 Default (Fixed-Price Supply and Service) (April 1984). 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (September 2007). 252.225-7001 Buy American Act And Balance Of payments Program (Jun 2005). 52.211-17 -- Delivery of Excess Quantities (Sep 1989)52.242-15 -- Stop-Work Order (Aug. 1989) SUBMISSION OF OFFER The offeror shall submit supporting documentation containing information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include-- (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. Contract award will be made at a price determined to be fair and reasonable by the Contracting Officer to a responsible contractor in accordance with FAR 9.1 and NAVSEA HQ M-2-0001. Proposal shall be submitted to the attention of Nelson Nailat, (805) 228-0606, via electronic submission at: Nelson.Nailat@Navy.mil. Proposal closing date is: 19 June 2009 at 2:00 PM Pacific Time. Note 22, applies to this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339409T1193/listing.html)
- Record
- SN01837388-W 20090607/090605235202-92b8540b4e12ea35c407573e1de1719a (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 |