MODIFICATION
J -- REPAIR OF CLIMBER SAFETY RAIL SYSTEMS - Q&A1
- Notice Date
- 9/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N40446-12-T-0004
- Archive Date
- 10/12/2012
- Point of Contact
- Steven Galer, Phone: 671-339-2082
- E-Mail Address
-
steven.galer@fe.navy.mil
(steven.galer@fe.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Q&A1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40446-12-T-0004, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. NAICS code 332999 applies. This is a small business set-aside. Military Sealift Command (MSC), Ship Support Unit, Guam intends to award a firm fixed price purchase order for USS FRANK CABLE for the following services: The requested period of performance for the below service is either: 1) 01 - 14 November 2012 OR 01 -14 December 2012. Offeror is to state which period of performance they are offering for. 1. Statement of Work: Provide "Turn Key" services of a Marine Climber Safety Rails Specialist Company experienced and knowledgeable in the installation, testing and certification of US Navy/MSC Ships climber safety rail systems to attend the USS Frank Cable AS40; crop out, fabricate and install two (2) new vertical ladders; provide and install to design form fit and function thirteen (13) of the below listed custom length "round knotched type" climber safety rail systems, all mounting fasteners, brackets and clips required to mount them securely to the vertical ladders; provide one (1) new climber safety hardness designed for use with the new safety rail and safety sleeves; perform all OSHA and equipment performance weight and functional tests of each installed safety rail system inclusive of safety sleeves and harness using government furnished weights; and certify each safety rail system is fit for service and meets the following specifications: I. All climber safety rail climbing systems and equipment shall strictly meet the specifications requirements of Interim Federal Specification RR-S-001301 dated 22 June 1967 and the various component parts of equipment shall meet the criteria of the following specifications and standards as they apply: A. Federal Specification 1) RR-S-001301 Safety Equipment, Climbing B. Military Specifications 1) MIL-S-87966 Safety Equipment, Fall Arresting 2) MIL-S-P-116 Methods of Preservation 3) MIL-W-4088 Webbing, Textile, Woven Nylon C. Military Standards 1) MIL-STD-105 Samping Procedures and Tables for Inspection by Attributes 2) MIL-STD-129 Marking for Shipment and Storage 3) MIL-STD-130 Identification Marketing of U.S. Military Property D. American Society for Testing and Materials Standards 1) A36 Structural Steel. 2) A123 Standard Specifications for zinc (hot galvanized) coatings on product fabricated from rolled, pressed and forged steel shapes, plates, bars and strips. 3) A153 Zinc coating (hot dip) on assembled hardware. 4) A385 Recommended practice for providing high quality zinc coatings (hot dip) on assembled products. 5) A475 Zinc-coated steel wire strand. E. OSHA Standards 1) Designed to absorb the impact load of 500 pounds in a 12-inch free fall and to support a minimum static load of 1,000 pounds, AP Tubular Rail Systems is built in accordance with Federal Spec. RR-S-001301 and conforms to OSHA para. #1910.27. F. The equipment shall be performance-tested to meet the following requirements: 1) Absorb the impact load of 500 pounds. Tubular Rail System, 12-inch free fall. 2) Support a minimum static load of 1,000 pounds. 3) With lanyard, absorb the impact load of 250 pounds in a 6-foot free fall. II. SCOPE OF WORK: In accordance with paragraph I and subparagraphs A-F the contractor shall provide "Turn Key" services and perform the following work: A. Remove thirteen (13) existing condemned climber safety rail systems. B. Crop off from the Ship's Fore Mast the existing 60-ft SS vertical ladder and fabricate out of A-36 carbon steel a new 60-ft vertical ladder. Quantity 1 each 60-ft vertical ladder. C. Crop off from the 5-Ton Travelling Crane Mast the existing 15-ft vertical ladder and fabricate out of A-36 carbon steel a new 15-ft vertical ladder. Quantity 1 each 15-ft vertical ladder. D. Provide and install new contractor furnished climber safety rail system, ladder mounting hardware, brackets and clips, safety slides and harnesses to design form fit and function listed in the following table. Item Location Climber Safety Rail Description Quantity 1 Ship's Stack, Fr 119 Length Overall: 60-ft One (1) Assy 2 NSF Mast, Fr 117 Length Overall: 120-ft One (1) Assy 3 Fore (Main) Mast, Fr 39 Length Overall: 60-ft One (1) Assy 4 Mast Head Light Mast, Fr 29 Length Overall: 10-ft One (1) Assy 5 Port UNREP Sta 2 KP, Fr 03-27-2 Length Overall: 20-ft w/Top Stops Installed One (1) Assy 6 Stbd UNREP Sta 1 KP, Fr 03-27-1 Length Overall: 20-ft w/Top Stops Installed One (1) Assy 7 Port 5 Ton Crane Mast Length Overall: 15-ft One (1) Assy 8 Port 5 Ton Crane Boom Cradle Length Overall: 18-ft One (1) Assy 9 Stbd 5 Ton Crane Mast Length Overall: 15-ft One (1) Assy 10 Stbd 5 Ton Crane Boom Cradle Length Overall: 18-ft One (1) Assy 11 30-Ton Centerline Crade Mast Length Overall: 40-ft One (1) Assy 12 30-Ton Centerline Crane Boom Cradle Length Overall: 15-ft Two (2) Assy E. Conduct all OSHA Standard tests and equipment performance tests on each installed climber safety rail system, safety slide and safety harness in the presence of the MSCREP. F. Certify each system is fit for service and provide the MSCREP with a test certificate for each installed climber safety rail system and a detailed "as released" report upon completion of the installations. G. Place of Performance: Polaris Point, Guam 52.212-1 ADDENDUM- Additional Instructions to Offerors- Commercial Items Responsible sources shall provide the following: 1. Price quote which identifies the requested items, unit price, and extended price 2. Total price. Provide a breakdown of your price to include all expenses, if any, required before 01 Oct 2012. For example, if offeror is required to purchase any long lead time material prior to 01 Oct 2012, provide breakdown of material price required before 01 Oct 2012 and remaining price on or after 01 Oct 2012. 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Statement that the offeror agrees to and is able to meet all the requirements and terms and conditions of the Statement of Work. 6. Statement as to which period of performance offeror is proposing 7. Offerors shall submit a quote addressing and demonstrating compliance with the technical factors as outlined in FAR 52.212-2 below. 8. A summary/outline of previous similar work performed 9. Responses to this solicitation are due on September 28, 2012 at 1200 hrs local time, Guam. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to steven.galer@fe.navy.mil. Please reference the solicitation number on your quote. 52.212-2 - Evaluation- Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations that is determined to be the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: 1) Technical a) Offer must demonstrate ability to provide climber safety rail climbing systems and equipment meeting the specifications requirements of Interim Federal Specification RR-S-001301 dated 22 June 1967 and the various component parts of equipment meeting the criteria if the specifications outlined in the SOW. b) Contractor and all workers shall have a current Rapid Gate pass to gain access to the Navy Base in Guam. 2) Price The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-18 Availability of Funds 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official N40442 Issue By N40446 Admin N40446 Inspect By N40446 Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NOT APPLICABLE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address 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 the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N40446-12-T-0004/listing.html)
- Place of Performance
- Address: Guam, United States
- Record
- SN02897112-W 20120926/120925004840-9b8dfbdda858a293b128e9cea684121e (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 |