SOLICITATION NOTICE
20 -- 12,000 HOURS SCHEDULED MAINTENANCE AND OVERHAUL OF DIESEL ENGINE - USNS HUMPHREYS - LIMITED SOLE SOURCE
- Notice Date
- 7/30/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment 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-T-1353
- Archive Date
- 8/30/2013
- Point of Contact
- Dianne L. Pope, Phone: 7574435948
- E-Mail Address
-
dianne.pope@navy.mil
(dianne.pope@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- USE OF OTHER THAN FULL AND OPEN COMPETITION (SOLE OR LIMITED SOURCE) 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-T-1353, 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 2005-67, effective 22 July 2013. NAICS code 333618 applies. This is not a small business set-aside. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS HUMPHREYS for the following services (LIMITED SOURCES ONLY): The requested period of performance for the below service is 1 AUGUST 2013 - 24 SEPTEMBER 2013. Wage Determination ___________is applicable to this service. STATEMENT OF WORK: 1.0 ABSTRACT 1.1 This item describes accomplishing the 12,000 hour scheduled maintenance and overhaul of the port main propulsion diesel engine. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech. Manual No. T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. (available aboard vessel) 2.1.2 SEMT Bulletin 482287 dated 11/23/2001 for vertically honed Liners., Running-In Engine. (available aboard vessel) 2.2 Enclosures: 2.2.1 List of Government Furnished Material. 2.2.2 Coltec Industries Inc, Fairbanks Morse Engine Division, Conrod Bolt NDT Procedure, five (pages) 3.0 ITEM LOCATION/DESCRIPTION/QUANTITY 3.1 Location/Quantity: 3.1.1 Location: Engine Room, 5-60-0. 3.1.2 Quantity: one (1) main propulsion diesel engine to be dealt with. 3.2 Description/Manufacturer's Data: 3.2.1 Description: Colt-Pielstick, 10 Cylinder Model: PC 4.2V570 3.2.2 Manuf. Data: Alsthom-Atlantique/SEMT Pielstick Fairbanks Morse Engine Division Beloit, Wisconsin 53511 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 All Original Equipment Manufacturers (OEM) repair parts (enclosure 2.2.1), onboard main engine special tools, and OEM authorized PC4.2 technical field service representative. 4.2 Main engine lube oil. 5.0 NOTES 5.1 The contractor shall provide the labor, material, equipment, and services specifically described in paragraphs 7.1 through 7.1.5. Any additional labor, material, equipment or services, if required, will be covered by a change order to this work item. 5.2 The contractor shall remove and properly dispose of all waste lube oil and chemically treated jacket cooling water in accordance with work items 021 and 023 found elsewhere in this specification. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work performed shall be to the satisfaction of the attending ABS Surveyor, MSC Port Engineer, Chief Engineer, the manufacturer's technical field service representative, and shall be in accordance with reference 2.1.1. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the below listed labor, material, services and equipment to assist the manufacturer's technical field service representative to perform the scheduled maintenance, described in paragraphs 7.2 thru 7.4, of the port main propulsion diesel engine. 7.1.1 Assist labor: provide four (6) outside machinists (diesel mechanics) and two (2) riggers to work under the direction of the manufacturer's technical field service representative and the First Assistant Engineer. Assist labor shall be provided for one (1) ten (10) hour shift per day, seven (7) days per week for the entire fifty five (50) calendar days of the availability period. 7.1.2 Services: 7.1.2.2 Provide all rigging, crane, and transportation (trucking) services for the below listed main engine components both to and from the engine room and to and from the OEM authorized repair shop facility. Coordination for pick-ups and deliveries of the components shall be made through the onsite OEM authorized technical field service representative and the Port Engineer. For estimating purposes, assume the location of the OEM authorized repair shop facility. a. Ten (10) cylinder head assemblies 3,740 lbs. each b. Twenty (20) cylinder exhaust valve cage assemblies 264 lbs. each c. Twenty (20) cylinder intake valve assemblies 115 lbs. each d. Ten (10) cylinder relief valve assemblies 55 lbs. each e. Ten (10) cylinder air starting valve assemblies 51 lbs. each f. Ten (10) fuel injector assemblies 46 lbs. each g. Ten (10) cylinder liners 2,200 lbs. each 7.1.2.3 Fabricate wooden crates for each of the components listed in paragraph 7.1.2.2 to ensure no damage during shipping and handling. Crates shall be capable of being lifted by a pallet jack, fork truck and crane. 7.1.3 Non-Destructive Testing: provide the services of a certified NDT technician to perform a wet magnetic particle inspection of twenty (20) connecting rod bolts and forty (40) connecting rod nuts in accordance with Fairbanks Morse inspection guidelines, enclosure 2.2.2. Bolt and nut inspections shall be accomplished in the presence of the OEM authorized technical field service representative and the Port Engineer. Upon completion of inspection, provide the original and two (2) copies of the test results to the Port Engineer. 7.1.4 Flushing: flushing of the port main engine lube oil system shall be accomplished via the Rellumix by-pass (static) basket filter unit. a. The ship's main engine lube oil pump(s) shall be used to circulate the oil during the flushing evolution. Heating of the oil shall be accomplished via the lube oil sump tank heating coils. Ship's force will refill engine sump with engine lube oil as required. b. For estimating purposes, the flushing evolution shall take no more than forty-eight (48) continuous. c. Monitoring of the flushing evolution, cleaning of the basket filter units and changing of the muslin bags shall be accomplished by the assist labor described in paragraph 7.1.1, during first shift. The contractor shall provide two (2) additional outside machinists (diesel mechanics) each for second and third shifts to facilitate continuous 24-hour flushing. 7.1.5 Material: a. Fabricate, or otherwise provide, twenty (20) muslin bags to fit the Rellumix by-pass (static) basket filters, approx. size 24" dia. x 36" long each. The micron size of the muslin bags shall be determined by the onsite manufacturer's technical representative and the Chief Engineer. b. Provide and install two (2) bar magnets approx. size 1/2" x 1/2" x 4" long each inside the basket filter units as directed by the onsite manufacturer's technical representative. c. Provide sufficient lint free rags and oil absorbent pads to facilitate engine overhaul, cleaning of the basket filter units and changing of the muslin bags. 7.2 The following is a summary of the work to be performed by the contractor during the inspection and overhaul of the port main engine, for contractor information purposes. 7.2.1 Crankshaft Deflection Readings a. Take and record "cold" crankshaft deflection readings both prior to and after completion of repairs in accordance with section 6-90 of Ref. 2.1.1. b. Inspect and tension test all foundation fasteners for port and starboard main engines. Reset tensions per ref 2.1.1l and record results found in informal notes for the ChEng and PPE. 7.2.2 Intake and Exhaust Valve Clearances a. Check and adjust the tappet clearance of all twenty (20) intake and twenty (20) exhaust valves in accordance with section 6-58 of Ref. 2.1.1. b. Tappet clearance (cold) for both intake and exhaust valves is.045" (1.15mm). 7.2.3 Fuel Injectors a. Conduct shop overhaul of all ten (10) fuel injectors and replace injector nozzle tips. Test, calibrate and adjust the spray pattern and operating pressure of all ten (10) installed fuel injectors in accordance with sections 6-32.1 through 6-32.4 of Ref. 2.1.1. b. All checks of the injectors are to be carried out on a calibrated test stand using clean and filtered fuel oil. 7.2.4 Exhaust Valves a. Accomplish removal, disassembly, shop inspection, cleaning, reconditioning, repair and hydro testing of all twenty (20) exhaust valves and cages in accordance with sections 6-59.1 through 6-59.5 of Ref. 2.1.1 b. Reassemble and reinstall all exhaust valves and cages in accordance with sections 6-59.7 through 6-59.10 of Ref. 2.1.1. 7.2.5 Air Starting Valves a. Accomplish removal, disassembly, cleaning, shop inspection and repair of all ten (10) air starting valves in accordance with sections 6-61.1 through 6-61.3 of Ref. 2.1.1. b. Reassemble and reinstall the air starting valves in accordance with sections 6-61.4 and 6-61.5 of Ref. 2.1.1. 7.2.6 Safety Valves a. Accomplish removal, disassembly, cleaning, shop inspection and repair of all ten (10) cylinder safety valves in accordance with sections 6-62.1 through 6-62.3 of Ref. 2.1.1. b. Reassemble and reinstall all safety valves in accordance with sections 6-62.4 and 6-62.5 of Ref. 2.1.1. 7.2.7 Cylinder Heads a. Accomplish removal, disassembly, cleaning, shop inspection and repair of all ten (10) cylinder head assemblies. The contractor shall rig and convey cylinder heads from the vessel to the manufacturer's repair facility as specified in para. 7.1.2. b. Re-install on engine upon return to the ship. 7.2.8 Piston and conrod assemblies a. Accomplish removal, disassembly, cleaning, onboard inspection and repair of all ten (10) piston/conrod assemblies. b. Take piston and bearing wear measurements. Re-fit piston with new rings and o-rings upon reassembly. c. Replace with new, lower con-rod bearings upon reassembly. 7.2.9 Cylinder Liners a. Accomplish removal, disassembly, cleaning, shop inspection and repair of all ten (10) cylinder liners in accordance with sections 6-70 through 6-73 of Ref. 2.1.1. b. Accomplish dye-penetrant inspection of cylinder liner bore cooling spaces. c. Hone all cylinder liners in the vertical position in accordance with the OEM's most current honing procedures. d. Replace all cylinder liner o-rings. e. Reinstall the ten (10) cylinder liners in accordance with sections 6-75 through 6-76 of Ref. 2.1.1. 7.2.10 Timing Gear a. Accomplish a visual inspection of the timing and barring gears in accordance with sections 6-46 through 6-48.3 of Ref. 2.1.1. b. Measure backlash of the timing and barring gears in accordance with sections 6-49 through 6-50.3 of Ref. 2.1.1. 7.2.11 Cam Follower/Camshaft Timing Gear a. Accomplish visual inspection of all camshaft gears, cams and cam rollers in accordance with sections 6-52.2 and 6-79 of Ref. 2.1.1. 7.2.12 Main Bearings a. Accomplish removal, disassembly, cleaning, onboard inspection and repair of two (2) main bearing shells and accomplish an inspection of the crankshaft journals in accordance with sections 6-87.1 through 6-87.5 of Ref. 2.1.1. b. Clean and layout for inspection by the ABS Surveyor, Chief Engineer, and the Port Engineer. c. Reassemble and replace the main bearings in accordance with sections 6-87.6 and 6-87.7 of ref. 2.1.1. 7.2.13 Thrust Bearing a. Measure and record engine thrust bearing clearance in the presence of the Chief Engineer, Port Engineer, and the manufacturer's technical representative. 7.2.14 Crankcase Door Gaskets a. Remove and replace all ten (10) crankcase inspection door gaskets. b. Thoroughly clean gasket seating surfaces removing all traces of old adhesives prior to installing new gaskets. 7.3 Lube Oil Flushing: 7.3.1 Accomplish a flush of the port main engine lube oil system as described in paragraph 7.1.4 using the materials described in paragraph 7.1.5. Flushing shall be scheduled for a continuous forty-eight (48) hour period, prior to main engine lite off. 7.4 Inspection/Test: 7.4.1 Accomplish an operational test and break-in of the port main engine for a minimum of eight (8) hours during the scheduled dock trial and minimum of sixteen (16) hours during the scheduled sea trial. Engine break in shall be accomplished in accordance with reference 2.1.3. Monitor and record all applicable pressures and temperatures. Identify and repair any loose or leaking joints, components or fittings. 7.5 Insulation/Lagging: 7.5.1 Carefully remove insulation and lagging pads as necessary to gain access to repairs. Hold for reinstallation. Reinstall all insulation and lagging pads removed during the performance of this work item, as original. 7.5.2 Submit two (2) copies of a Condition Report detailing any missing or deteriorated insulation or lagging pads requiring replacement, to the Port Engineer. 7.5.3 The cost of insulation or lagging pad replacement, if authorized, shall be covered by a change order to this work item. 7.6 All dirt and debris resulting from this work item shall be removed from the ship daily and all areas left clean and in good order. 7.7 Mechanically clean, prepare, prime and paint all new and disturbed surfaces to match surrounding surfaces. 7.8 Preparation of Drawings: None. 7.9 Manufacturer's Representative: 7.9.1 MSC shall provide the services of one (1) OEM authorized PC4.2 technical field service representatives for the equipment specified in paragraph 3.2 throughout the performance of this work item, including dock and sea trials. 7.9.3 Upon completion of the aforementioned overhaul, repairs, inspections, and tests, provide three (3) copies of a typewritten report, prepared by the repair shop, to the MSCREP detailing the results of all visual inspections, clearance readings, repairs performed, test results, corrective actions, photographs taken, and any recommendations for future repairs. Report shall be submitted to the MSCREP no later than 48 hours after completion of sea trials. 8.0 GENERAL REQUIREMENTS 8.1 Provide the Following information with your quote plus any additional information which is applicable to the statement of work. Any items that are not applicable please designate with N/A. PERIOD OF PERFORMANCE (if other than requested): LABOR: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X (number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Specify the number of hours per person for any applicable labor rates. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..): Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. Firm Fixed Price Total (includes all charges): tiny_mce_marker_________________________. Company Name: _______________________ CAGE Code: ____________________ DUNS Number: ____________________ Tax Identification Number: _____________________ Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration 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.) 52.212-4 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 (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 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 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels 52.215-5 Facsimile Proposals: (757) 443-5979 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 (only used with an unapproved budget, not standard) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 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; 252.225-7000 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 can be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 1 August 2013 at 2:00pm local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Dianne.pope@navy.mil or faxed via 757-443-5979 Attn: Dianne Pope. Please reference the solicitation number on your quote. 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-O0006) (DATE) (a) In accordance with section 101(a) (3) of the Continuing Appropriations Resolution, 2013 (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Military Sealift Command via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. 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 Work Flow (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). 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 N32205 Issue By Admin Inspect By 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) msc.norfolk.epic@navy.mil (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 toperformance 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/notices/a5ad689f231e56ed9011642dfdc026c7)
- Record
- SN03131140-W 20130801/130730235316-a5ad689f231e56ed9011642dfdc026c7 (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 |