Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2012 FBO #4054
MODIFICATION

20 -- Deballast Air Compressors Overhaul

Notice Date
12/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-13-R-2004
 
Archive Date
1/29/2013
 
Point of Contact
Ronald N. Quarles, Phone: 757-443-5888, PATRICK D BROWN, Phone: 757-443-5913
 
E-Mail Address
ronald.quarles@navy.mil, patrick.d.brown@NAVY.MIL
(ronald.quarles@navy.mil, patrick.d.brown@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION 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 N32205-13-R-2004, and it is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular05-62, effective 20 November 2012. Wage Determination No. 2005-2543 is applicable to this service contract. This procurement is being conducted as an other than full and open competition, NAICS code 333912. Military Sealift Command (MSC) - Norfolk, Norfolk, VA intends to award a firm-fixed price contract for USS PONCE to overhaul three Deballast Air Compressors. "See attached Statement of Work (SOW)". Original equipment manufacturer (OEM) parts and technical services are required. Any offer for other than OEM parts will not be considered. Shipping address for this item is Naval Station Norfolk, 9276 Third Ave, Bldg. LP-26, Norfolk, VA 23511-3405. The contractor will provide the goods FOB Destination. The period of performance for the above service is 5 January - 15 April 2013. Please provide the cost of shipping charges if applicable. CLIN 0001 Labor Cost tiny_mce_marker RESPONSES ARE DUE ON 28 December 2012 by 12:00 PM. Responses shall be sent by mail to the following address: Military Sealift Command, Norfolk, Code N104-2. (Attn: Ronald Quarles), 471 East "C" Street, Norfolk, VA 23511. Submissions must be received at the office sited no later than 12: PM Eastern Standard Time on 28 December 2012. Questions or comments regarding this notice may be assressed to Ronald Quarles at the above address, email ronald.quarles@navy.mil or by phone (757)443-5888> ___________ CLIN 0002 Material / Sub-contractor's Cost tiny_mce_marker RESPONSES ARE DUE ON 28 December 2012 by 12:00 PM. Responses shall be sent by mail to the following address: Military Sealift Command, Norfolk, Code N104-2. (Attn: Ronald Quarles), 471 East "C" Street, Norfolk, VA 23511. Submissions must be received at the office sited no later than 12: PM Eastern Standard Time on 28 December 2012. Questions or comments regarding this notice may be assressed to Ronald Quarles at the above address, email ronald.quarles@navy.mil or by phone (757)443-5888> ___________ CLIN 0003 Shipping Cost tiny_mce_marker RESPONSES ARE DUE ON 28 December 2012 by 12:00 PM. Responses shall be sent by mail to the following address: Military Sealift Command, Norfolk, Code N104-2. (Attn: Ronald Quarles), 471 East "C" Street, Norfolk, VA 23511. Submissions must be received at the office sited no later than 12: PM Eastern Standard Time on 28 December 2012. Questions or comments regarding this notice may be assressed to Ronald Quarles at the above address, email ronald.quarles@navy.mil or by phone (757)443-5888> ___________ Statement of Work: USS PONCE (AFSB (I) 15) MACHINERY AUXILIARY AUGUST 15, 2012 ITEM NO. 514 MSFSC/N43B/SBM DRESSER DEBALLAST AIR COMPRESSORS OVERHAUL 1.0 ABSTRACT 1.1 This item describes the requirement to overhaul the deballast air compressors and attached lube oil pumps. 2.0 REFERENCES: 2.1 NAVSEA Tech Manual 0349-LP-064-2004: Ballast Blowing Compressor, Type LAH-SP-AVP 2.2 Enclosure 2.2: MSFSC Standard Work Item # 31, Dated March 22, 2010. Motor Driven Pump Overhauls. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Contractors facility 3.1.2 Quantity: Three (3) each deballast air compressors and attached lube oil pumps 3.2 Item Description/Manufacturer's Data: 3.2.1 Compressor Data: Mfr: Dresser Rand Model: 7X15 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 Government provided transportation services to and from contractors facility.. 5.0 NOTES: 5.1 Period of performance: January 5- April 15, 2013 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Perform the requirements of reference 2.2 in accordance with reference 2.1 to compressors and attached lube oil pumps listed in section 3.1.2. 7.1.1 In addition to the requirements of reference 2.2, renew all bearings and seals. 7.1.2 Upon approval of MSCREP, reassemble compressors using new CFM gaskets, seals, fasteners, bearings and filters. 7.2 Turn by hand in the presence of MSCREP to demonstrate free mechanical operation of reassembled units. 7.3 Package, preserve and crate each compressor and prepare for international shipping upon completion of work. 7.4 Manufacturers Representative: 7.4.1 The equipment addressed in this work item is categorized as critical equipment in accordance with MSC policy on the classification of critical shipboard systems and equipment. Only Original Equipment Manufacturer (OEM) authorized technical field service representatives and OEM parts shall be used to accomplish the requirements of this work item for this critical equipment including oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation and testing as applicable. 7.4.2 An OEM authorized technical field service representative is defined as either a direct employee of the OEM, or an employee of a secondary company which has a current written agreement with the OEM to provide service and repair for that equipment. The OEM authorized technical field service representative shall have full access to the OEM drawings, technical service bulletins, special tools and OEM replacement parts. 7.4.3 The OEM authorized technical field service representative to support this work item is Dresser-Rand. The identification of an OEM authorized technical field service representative herein is provided for reference and informational purposes only and does not constitute or imply an endorsement, recommendation, or favoring by the United States Government. 8.0 GENERAL REQUIREMENTS: None USS PONCE (AFSB (I) 15) MACHINERY AUXILIARY AUGUST 15, 2012 ITEM NO. 514 MSFSC/N43B/SBM DRESSER DEBALLAST AIR COMPRESSORS OVERHAUL Enclosure 2.2 MSFSC Standard Work Item # 31, Dated March 22, 2010. Motor Driven Pump Overhauls. Military Sealift Command (MSC) Standard Work Items Item No. 31 22 March 2010 MOTOR DRIVEN PUMP OVERHAULS 1. ABSTRACT This standard item provides requirements for the overhaul of motor driven pumps. This item includes UNIVERSAL REQUIREMENTS, which apply to all work covered in this standard work item and menu-type COMPONENT REQUIREMENTS that detail the work required for specific types of motor driven pumps. This standard item will be incorporated into a MSFSC vessel work package by reference. 2. References: Note: Reference documents include a mix of public and private information. To the maximum extent possible, all reference information is included in the reference folder which is provided with the MSFSC Standard Work Item package. Private documents, such as SOLAS, ASME or SSPC, are not provided but are considered to be common ship repair industry documents which are available through subscription to the publishing organizations. S6226-JX-MMA-010, Instruction Manual for the Indicator Reverse Method of Pump Shaft Alignment 3. ITEM LOCATION/DESCRIPTION Locations are as specified in the base item. 4. GOVERNMENT FURNISHED MATERIAL/ EQUIPMENT/ SERVICE: None 5. Notes: None 6. QUALITY ASSURANCE REQUIREMENTS: None 7. STATEMENT OF WORK REQUIRED A. Universal Requirements For the pumps designated in the base work item, drain and disconnect pump from piping, motor and foundation. Clean and retain for reinstallation all removed bolting, gauge lines, fittings, etc., in way of removals. Blank all open ended piping with blind flanges, screw caps or plugs as appropriate. Cardboard or sheet metal blanks or wooden plugs shall not be permitted. Remove existing coupling. Transport pump to repair facility. Report to the MSCREP any pipe misalignment and deteriorated or defective foundations. All replacement parts shall be OEM (original equipment manufacturer's) factory parts. Where factory parts are unavailable, the contractor may fabricate new parts with the approval of the MSCREP. Documentation showing unavailability of OEM parts shall be provided as justification for manufacturing replacement parts. Prior to installing pump, pump foundation shall be machine scaled and painted with two (2) coats of primer and one (1) finish coat to match existing color scheme. Transport pump to ship. Remove blanks and reconnect piping without transmitting piping strains to pump. Use new gaskets and fasteners. Align and connect pump to drive unit in accordance with manufacturer's requirements. Shaft/coupling alignment shall be accomplished per the guidance provided in the reference document S6226- JX-MMA-010. Fasten pump/motor units to foundation using new fasteners. Examine foundation mounts and if soft foot conditions are found, follow the recommendations provided in the reference document S6226-JX-MMA-010, Section 2-2. Contractor shall be responsible to stone pads, add shims, reposition mounts as necessary to verify solid contact. Rotate pump by hand and verify freedom of rotation. B. Rotary Pumps (gear type, vane type, screw, sliding shoe, multiple piston) Disassemble/reassemble pump using following general guidance. Actual procedures shall be those specified in the equipment technical manual. Disassemble, clean, inspect and reassemble fluid head: remove, clean and inspect cover o-ring, pump seals and rotor nut assembly. Replace cover, rotor nut and rotor hub keys, washers and o-rings upon reassembly. Replace mechanical seal rotating seal seats, shaft o-rings, stop pins and wave springs. Disassemble, clean, inspect and reassemble gear case: remove gear case oil drain plug. Reinstall for reassembly. Remove gear case cover. Renew cover oil seal upon reassembly. Remove bearing retainers. Press shafts out of gear case for those pumps where shaft removal is recommended in the manufacturer's tech manual. Inspect pump shaft for distortion, defects, deterioration and conformance to manufacturer's specifications. Straighten shaft to manufacturer's specifications. Upon reinstallation use new OEM recommended shims to attain proper backface clearance. Remove gear spacers, keys and gears. Inspect gears for wear. Renew keys upon reassembly. Remove front bearing seals. Renew bearing seals upon reassembly. Remove shims and retain for reinstallation. Remove rear oil seals. Renew upon reassembly. Remove bearings. Renew upon reassembly. Reassemble gear case components with new parts as specified above. In addition, contractor shall provide and renew all additional keys, pins, nuts, lockwashers, lock tabs, o-rings, seals and gaskets not otherwise mentioned. Upon reassembly turn pump by hand to demonstrate proper reassembly. Record and provide a written report of "as released" (End of Statement of Work) The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Alt I Offerors 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 SAM website https://www.sam.gov/portal/public/SAM/) 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 Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment 52.232-99 Providing Accelerated Payment to Small Business Sub-contractors" (DEVIATION) (AUG 2012) 52.242-13 Bankruptcy 52.247-34 F.o.b. Destination 252.204-7000 Disclosure of Information 252.204-7004 Required Central Contractor Registration (Alternate A) 252.209-7001 Disclosure of ownership or control by the government of a terrorist country 252.211-7003 Item Identification and Valuation 252.212-7000 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 SAM website) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea. 252.225-7000 Buy American Act and Balance of Payment Program Certificate The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by full text: (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.212-1 (ADDENDUM) Additional Instructions to Offerors-Commercial Items 1. General Instructions Offerors shall submit proposal: Technical Proposal Past Performance Price Proposal - Should be submitted separate from Technical and Past Performance proposal. Technical Proposals The technical evaluation will be based on the following: 1. Offeror is to provide a time line of dates and days to accomplish the required machining work within the given period of performance. 2. Offeror is to provide its ability to source OEM parts and Tech Rep services IAW solicitation statement of work paragraph 7.4. Past Performance Offerors are requested to provide information on up to three (3) previous Government/Commercial contracts whose effort is/was recent and relevant to the effort required by this solicitation. a. "Recent" is defined as a contract in-progress or completed within the last three (3) years. If the offeror has not had three (3) Government contracts within the last three (3) years, information on recent and relevant subcontracts and/or commercial contracts may be submitted. b. "Relevant" is defined as a contract that is of similar scope, magnitude, complexity to the requirements as set forth in this solicitation. i. Scope: Experience in the areas defined in PWS. ii. Magnitude: The measure of the similarity of the volume, dollar value and/or duration of the work actually performed under the offeror's submitted contracts to the PWS. iii. Complexity: The measure of the similarity of technical difficulty, managerial intricacy and/or required coordination of efforts and disciplines performed by the offeror in its submitted contracts to the PWS. For complexity, not only will the tasks performed by the offeror be considered, but also the offeror's ability to coordinate tasks (e.g., concurrent performance requirements). A Past Performance Data Sheet (Attachment #1) is requested to be submitted for each contract to be considered as past performance. Offerors shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of this solicitation; a detailed description of the work performed for the contract; and the role performed, including whether the offeror acted as a prime contractor or a subcontractor. Offerors are responsible for the accuracy of all data provided. Past performance information regarding predecessor companies, key personnel who have relevant experience and subcontractors that will perform major or critical aspects of the requirement may be provided as past performance submissions. For each of the contracts the offeror describes in a Performance Data Sheet (attachment #1), the offeror is requested to provide a Past Performance Questionnaire (Attachment #2) to a reference at the organization that awarded the contract. It is requested that the reference, not the offeror, email or fax the completed Past Performance Questionnaire (Attachment #2) BEFORE THE DUE DATE FOR PROPOSALS directly to Ronald Quarles, Military Sealift Command-Norfolk, 471 East C Street-Bldg SP-64, Norfolk, VA 23511, e-mail: ronald.quarles@navy.mil; Fax Number: (757) 443-5982. The offeror, NOT THE GOVERNMENT, is responsible for ensuring that the Government receives a sufficient number of questionnaires. All offerors are required to address historical compliance with the requirements of FAR Part 52.219-8 (Utilization of Small Business Concerns) in the Performance Data Sheet (Attachment #1). In addition, large businesses shall address historical compliance with the requirements of FAR Part 52.219-9 (Small Business Subcontracting Plan) and DFARS 252.219-7003 (Small Business Subcontracting Plan, DOD Requirements.) in the Performance Data Sheet (Attachment #1)] Price and Other Business Considerations 1. Include price proposal that shows unit prices and extended prices for CLIN's 0001 through 0003. 2. Include terms of any express warranty. 3. Include any discount terms. 4. A completed copy of the representations and certifications at FAR 52.212-3 Alternate I and DFARS 252.212-7000 or a statement stating that they are available via the SAM website, https://www.sam.gov/portal/public/SAM/. 5. Remittance address, Tax Identification Number, DUNS number and Cage Code. 6. Responses to this combined synopsis/solicitation are due 12/28/ 2012 at1200 EST, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be e-mailed to ronald.quarles@navy.mil or faxed via 757-443-5982 Attn: Ronald Quarles. Please reference the solicitation number on your proposal. 7. Offers submitted in response to this solicitation shall not contain nor be subject to the offeror's standard commercial terms and conditions. Any offer submitted in response to this solicitation which includes the offeror's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. (End of Addendum) 52.212-2 -- Evaluation -- Commercial Items (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation 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: Technical Past Performance Price (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) 52.233-2 Service of Protest a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ronald Quarles, N104-2, mail address, ronald.quarles@navy.mil, Bldg SP-64, 471 East C Street, Norfolk, VA. 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov/far. (End of Provision) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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 may be accessed electronically at this/these address (es): http://www.arnet.gov/far. (End of Provision) 52.252-6 Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. (End of instructions) SHIP & BASE ACCESS (SEP 2011) 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. (End of instructions) 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). ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ----------------------------------------------------------------------- (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 DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and sub-line 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. ----------------------------------------------------------------------- (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. ----------------------------------------------------------------------- (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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 applies 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. (End of instructions RESPONSES ARE DUE ON 14 January 2013 by 12:00 PM. Responses shall be sent by mail to the following address: Military Sealift Command, Norfolk, Code N104-2. (Attn: Ronald Quarles), 471 East "C" Street, Norfolk, VA 23511. Submissions must be received at the office sited no later than 12: PM Eastern Standard Time on 28 December 2012. Questions or comments regarding this notice may be assressed to Ronald Quarles at the above address, email ronald.quarles@navy.mil or by phone (757)443-5888>
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/67488654c88b55d1e7524161eebdcbfb)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02956674-W 20121230/121228233836-67488654c88b55d1e7524161eebdcbfb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.