SOLICITATION NOTICE
J -- Repair, restoration, overhaul, assembly, and test services required for submarine mast antenna, periscope, and communication systems HM&E.
- Notice Date
- 10/13/2017
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449818R0002
- Archive Date
- 11/9/2017
- Point of Contact
- Marissa Dickens, Phone: 2158971947
- E-Mail Address
-
marissa.dickens@navy.mil
(marissa.dickens@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought REQUEST FOR INFORMATION (RFI) N64498-18-R-0002 The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking qualified sources that can provide repair, restoration, overhaul, assembly, and test services required for submarine mast antenna, periscope, and communication systems HM&E. NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide repair, restoration, overhaul, assembly, and test services for submarine mast antenna, periscope, and communication systems HM&E to meet the needs of the Government. Responses shall discuss how their products/services will meet the requirements found in the SOW. Responses are not to exceed Ten (10) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Interested businesses are invited to respond to this source sought announcement by providing the following limited to ten (10) pages: 1) Statement providing the Company Name, Company Address, Cage Code, points of contact including name, phone number, fax number, and email address. The respondents must also provide a confirmation of current large or small business status under identified NAICS code as of 13 OCT 2017, and the date their firm was started. 2) A narrative demonstrating their relevant corporate experience in performing same or similar work to the requirements in the Description and Specifications within the past 5 years. Experience should include work in the areas of Submarine or Ship Industrial Services, Hydraulic Hoist Cylinder repair and refurbishment, and fabrication of material to Navy specifications. 3) Prior/current corporate (Past Performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and a brief description of how the referenced contract relates to the services described herein. 4) A description of the equipment and facilities intended for accomplishment of this work. The description should demonstrate that the contractor can meet the requirements set forth in the SOW and accompanying references with specific attention paid to the vertical testing capabilities and QA requirements. 5) A description of the quality system employed by the contractor. 6) A statement as to the existence of the offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date. 7) Any potential subcontract/consultant arrangements being considered. If subcontracting is contemplated, the capability statement shall contain sufficient information concerning the planned subcontracting/consulting arrangements to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting, can be met. 8) A Statement regarding capability to obtain the required security clearances for personnel. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Marissa Dickens at Marissa.dickens@navy.mil with the subject line "RFI - Assembly and Test of Submarine Mast Mechanical HM&E Systems". All responses shall be unclassified and submitted by no later than 5:00PM on 25 October 2017. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this Sources Sought notice or any follow-up information requests. Submittals will not be returned to the sender. NSWCPD will utilize the information for technical and acquisition planning purposes. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. Statement of Work (SOW) for Repair, Restoration, Overhaul, Assembly, and Test of Submarine Mast Antenna, Periscope, and Communication Systems HM&E 1.0 INTRODUCTION 1.0.1 The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is a Department of Defense entity responsible for research and development, test and evaluation, engineering and fleet support organization for the Navy's ships, submarines, military watercraft and unmanned vehicles. This requirement is for NSWCPD Code 435, which is responsible for inspection, repair, restoration, and testing services for naval submarine antenna, periscope, and communications masts and Hull Mechanical and Electrical (HM&E) systems. 1.0.2 This contract is for non-personal services. It does not create employment rights with the U.S. Government whether actual, inherent, or implied. By agreeing to perform the services described in these specifications, the Contractor acknowledges that he/she is not, and shall not become, an employee of the U.S. Government. The Contractor further agrees that he/she shall not bring any cause of action in any forum claiming that he/she has become an employee of the U.S. Government. 1.0.3 Government / Contractor Relationship (a) The services to be delivered under this Task Order are non-personal services and the parties recognize and agree that no employer-employee relationship exists or will exist under the task order between the Government and the Contractor's personnel. Therefore, it is in the best interest of the Government to provide both parties a full understanding of their respective obligations. (b) The Contractor employees shall identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishable badges or other visible identification for meetings with Government personnel. In addition, Contractor personnel shall appropriately identify themselves as Contractor employees in telephone conversations and in formal and informal written correspondence (c) The Contractor is responsible for supervision of all Contractor personnel assigned to this task order. The Contractor shall exercise ultimate control over all aspects of Contractor personnel day-to-day work under this task order including the assignment of work, means and manner of Contractor employee performance, and the amount of Contractor supervision provided. The Contractor shall be ultimately responsible for all aspects of performance under this task order including the work of its personnel. Contractor personnel under this task order shall not engage in any of the inherently governmental functions listed at FAR Subpart 7.5 or DFARS Subpart 207.5. (d) Employee Relationship: 1) The services to be performed under this Task Order do not require the Contractor or its personnel to exercise personal judgment and discretion on behalf of the Government. Rather the Contractor's personnel will act and exercise personal judgment and discretion on behalf of the Contractor. 2) Rules, regulations, directives, and requirements that are issued by the U. S. Navy and NSWCPD under its responsibility for good order, administration, and security are applicable to all personnel who enter a Government installation or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract. (e) Inapplicability of Employee Benefits: This task order does not create an employer-employee relationship. Accordingly, entitlements and benefits applicable to such relationships do not apply. (f) Notice. It is the Contractor's, as well as the Government's, responsibility to monitor task order activities and notify the Contracting Officer if the Contractor believes that the intent of this Section has been or may be violated. 1) The Contractor should notify the Contracting Officer in writing within three (3) calendar days from the date of any incident that the Contractor considers to constitute a violation of this Section. The notice should include the date, nature, and circumstances of the conduct; the name, function, and activity of each Government employee or Contractor official or employee involved or knowledgeable about such conduct; identify any documents or substance of any oral communication involved in the conduct; and the estimate in time by which the Government must respond to this notice to minimize cost, delay, or disruption of performance. 2) The Contracting Officer will, within five (5) calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer will either: (i) Confirm the conduct is in violation and when necessary direct the mode of further performance, (ii) Countermand any communication regarded as a violation, (iii) Deny that the conduct constitutes a violation and when necessary direct the mode of further performance, or (iv) In the event the notice is inadequate to make a decision, advise the Contractor on what additional information is required, and establish the date by which it should be furnished by the Contractor. 1.1 BACKGROUND The Sail Systems, I&EW, Radar, UMM & Modeling & Metrology HM&E Branch (Code 435) and the Sail, Hull & Deck Machinery Systems Division (Code 43) of the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), provide services to perform maintenance, repair, refurbishment, overhaul, and testing on various submarine platform sail HM&E systems in accordance with submarine Class Maintenance Plans (CMP) and Availability Work Packages (AWP). Current programs under Code 43's responsibility include the restoration of periscope/imaging masts, Multi-function and High Data Rate communication masts, snorkel systems, and various electronic warfare sensors and HM&E components. 1.2 SCOPE OF WORK The contractor shall provide all required labor, materials, and resources to repair, restore, assemble, and test naval submarine antenna, periscope and communication systems/ assemblies, and components. Work may be in support of emergent or planned requirements for the Naval Submarine Fleet and the contractor must be prepared to provide urgent support as necessary to meet tight availability schedules. The contractor shall be prepared to provide all necessary resources including the procuring material, to affect multiple system overhauls for simultaneous maintenance availabilities. The contractor shall support shipment and material movement to and from NSWCPD or various shipyards in which maintenance availabilities are being supported. 2.0 APPLICABLE DOCUMENTS 2.1 Submarine Technical Manual S9086-S4-STM-010/CH-556, Hydraulic Equipment (Power Transmission and Control) 2.2 Submarine Technical Manual SE110-BK-MM0-010, Inspection, Repair, and Painting Fiberglass Mast Assemblies 2.3 Code 435 QA Workbook Guidance 2.4 NAVSEA SE110-BK-MMO-010, Inspection, Repair, and Painting Fiberglass Mast Assemblies 2.5 NAVSEA S9074-AQGIB-010/1688, Requirements for Fabrication, Welding, and Inspection of Submarine Structure 2.6 NAVSEA S9074-AR-GIB-010/278, Requirements for Fabrication Welding and Inspection, and Casting Inspection and Repair for Machinery, Piping, and Pressure Vessels 2.7 NAVSEA T9074-AS-GIB-010/271, Requirements for Nondestructive Testing Methods 2.8 MIL-STD-2035A, Nondestructive Testing Acceptance Criteria 2.9 NAVSEA SE110-B3-MMA-010, Safety Requirements for Attaching Lifting Clamp, Backup Clamp, Safety Clamps, Safety Stop, Lifting Devices and Slings to Submarine Antenna Masts and Periscopes 2.10 Replacement Parts List These documents can be referenced at: www.website.gov The Contractor shall reference and utilize the latest version available when performing tasks within this SOW. 3.0. REQUIREMENTS 3.1 General 3.1.1 The contractor shall provide services, supplies, and other support under the below CLINs to restore submarine antenna, periscope and communication systems/ assemblies, and components 3.1.2 The contractor shall support submarine maintenance availabilities by adhering to delivery schedules that meet the demands of the availability. 3.1.3 The contractor shall provide Quality Assurance and inspections to meet the requirements of Maintenance Standards, drawings, and other technical documentation referenced in the applicable DO. 3.1.4 The contractor shall ensure that work follows the established NSWCPD processes including mandatory use of QA workbooks (A006). 3.1.5 Each Delivery Order issued under this CLIN shall specify the Government's requirements and shall contain engineering drawings, detailed sketches, technical repair standards, assembly and test instructions, and detailed military/commercial standards in conjunction with the statements of work cited in support of the tasking efforts 3.2 Firm Fixed Price (FFP) Services 3.2.1 The contractor shall provide the FFP services in support of IDIQ orders required to deliver the assembled and tested mast fairings, assemblies, and restored hoist cylinders (including mandatory replacement O-rings and seals) for the below systems as examples: Submarine Sail HM&E System Type 8 Periscope Type 18 Periscope Multifunction Modular Mast (MMM) OE-538/BR OE-592/BR Submarine HDR 3.3 Supplies (FFP) CLIN 3.3.1 Orders of the above services will coincide with the order of material (machined parts, COTS items) under this FFP CLIN to support the services identified in Section 3.2 3.3.2 The contractor shall provide supplies in the quantities identified in Reference 2.10 in accordance with the applicable drawing. Additional modifications are identified in the reference document and below: 1) For all of the ultrahigh molecular weight polyethylene material (UHMW or HYFAX 1900): a. The Intrinsic Viscosity and Light Scattering Testing and Certifications are not required b. Color shall be black 3.3.3 Supplies are subject to the QA requirements identified in Section 13.1 3.4 Support Costs (NTE) CLIN 3.4.1 Other Direct Costs (ODC) in support of all other CLINs. The estimated costs that will be incurred will be provided on a Not-To-Exceed (NTE) basis 3.4.2 The contractor shall provide under this CLIN additional supplies in support of IDIQ orders required to deliver the services described in sections 3.2 and 3.5 as required 3.4.3 Offerors may propose General and Administrative (G&A) expense on the Not-To-Exceed Other Direct Costs (ODC) estimates. However, Offerors shall not "back into" the ODC amount. If G&A is not proposed on top of ODCs as part of the cost proposal, it shall not be asked for after submission of the proposal or post-award 3.4.4 Support Costs including material, shipping, travel, and other direct support costs, if any, will be reimbursed on the basis of actual reasonable and allowable costs incurred plus G&A and/or material handling. THESE COSTS ARE NOT SUBJECT TO FEE 3.4.5 Shipping addresses for the delivery of material will specified at the time of order 3.5 Other Contractor Services (CPFF) CLIN 3.5.1 As specified under delivery orders, the Contractor shall utilize and expend the labor categories herein, in support of services for this CLIN. 3.5.2 The estimated labor hours to be performed during the period from the start of contract performance to sixty (60) months thereafter are based upon anticipated effort. The estimated composition of labor to be ordered is as follows: Proposed Labor Categories for services for repair, restoration, assembly and test of submarine sail HM&E Labor Category Program Manager QA Specialist Technical Writer Engineering Tech QA Technician Mechanic Machinist Burner/Welder Painter/Sandblaster Packager/Shipper 3.5.3 Each Delivery Order issued under this CLIN shall specify the Government's requirements and shall contain engineering drawings, detailed sketches, technical repair standards, assembly and test instructions, and detailed military/commercial standards in conjunction with the statements of work cited in support of the tasking efforts. 3.5.4 The contractor shall provide: disassembling, inspections, repair, refurbishment, abrasive blast, paint, assembly, testing, machining, and welding services on a variety of submarine equipment and components (e.g., submarine hydraulic cylinders, faired mast systems, closure door assemblies). 3.6 Facilities 3.6.1 The contractor shall possess or have the ability to obtain facilities and equipment (ma¬chines, tooling, services, and space) to fabricate/repair parts, components, and assemblies; safely and securely move and maintain materials; and process and certify material and equipment. The contractor shall maintain or have access to a fully outfitted machine shop capable of manufacturing or prefabricating parts, performing operational testing, performance evaluations, etc. as specified in individual delivery orders. The requirement for these facilities shall not be construed to mean the contractor is entitled to or the Government is obligated to reimburse the contractor for any direct costs in connection with or occasioned by these facilities. Adequate facilities shall include the following equipment: 1) Calibrated Layout Table 2) Material Handling Equipment 3) Optical Alignment Equipment 4) Hydrostatic Test Equipment 5) Surface Plate (able to accommodate material 23 ft. in length) 6) Fresh water supply to lubricate masts while cycling 7) Welding Equipment (Welding, Solder, and Brazing) 8) Hydraulic Power Plant possessing the following capabilities: a) Adaptability to Hydraulic cylinder of mast assemblies b) Filter system to ensure oil cleanliness to NAVSEA Technical Manual S9806-S4-STM-010/CH-556 (SAE AS4059 Class 9) c) Digital Accelerometer d) Static Testing of up to 5000 PSI +/- ½% e) Hydraulic fluid meeting the requirements of 1) MIL-PRF-17672, Navy Symbol 2075TH or 2) MIL-PRF-17331, 2190TEP 9) Paint Booth a) Meeting the requirements of NAVSEA SE110-BK-MM0-010 b) Able to accommodate material 23 ft. in length x 4 ft. wide 10) Electrical Testing Equipment to perform the following a) Insulation Resistance b) Continuity 3.6.2 The contractor shall possess or have the ability to construct a stand (at no cost to the government) for the testing and vertical assembly of various antenna mast systems. The test and vertical assembly test stand must: 1) Interface with the above hydraulic power plant to provide pressure to cylinder of antenna mast assemblies 2) Provide the means by which a mast assembly's hydraulic cylinder and closure door system are operated and tested at designed loads 3) Be high enough to accommodate a fully raised assembly 55 ft. in height 4) Be capable of supporting the assembly during a dynamic test as described, further, herein 5) Be able to cycle and test the following systems as examples: a) OE-592 (OE-207) Antenna Mast/Hydraulic Cylinder (Dwg. 4491191 & 4398602) b) OE-538 (AN/BRA-34) Antenna Mast/Hydraulic Cylinder (Dwg. 4398595 & 2113490) c) AN/BRD-7 (BLD-1) Antenna Mast/Hydraulic Cylinder (4398606, 2113490, 5489410) d) Periscope Antenna Mast/Hydraulic Cylinder (5489286) e) HDR Antenna Mast/Hydraulic Cylinder (6853511) 3.6.3 The contractor shall have the capability to mock-up a submarine bulkhead if necessary to be utilized to bolt the foundation and weldments for submarine closure door systems. The mock-up would need to have the capability to place a Mast Assembly and a Closure Door System and to perform a closure door operational cycle. 3.6.4 The contractor shall have an assembly area large enough to assemble a 23 ft. Mast Fairing, a 17.5 ft. Hydraulic Cylinder with a 16 ft. stroke and a 17 ft. Antenna. The area should be able to accommodate at least three (3) concurrent assemblies. 3.6.5. The contractor must possess the following test equipment/specialized services or the ability to obtain such: 1) Services of a laboratory approved by NSWC for reporting oil contamination in accordance with NAVSEA Tech Manual S9086-S4- STM-010/CH-556 2) Mechanical and optical equipment suitable for obtaining straightness and alignment readings for the required assemblies and their relationship to each other when assembled as a system 3) An alignment scope with auto-collimation capabilities and suitable fixture are required inspection tools 4) Services to make repairs to hydraulic hoist cylinder components if deemed necessary during the execution of the Delivery Order a. Brush electroplating capability in accordance with MIL-STD-2197A performed in-house or sub-contracted b. Finish machining of hydraulic hoist cylinders to meet drawing specifications 3.7 Material 3.7.1 The contractor shall furnish all necessary materials and equipment required for the performance of individual delivery orders. The contractor shall be responsible for providing all hand tools necessary, at no cost to the Government, in performance of this contract. Hand tools are described as standard tools of the trade such as hammers, drills, wrenches, screwdrivers, pliers, connector crimp tools, lock wire pliers, torque wrenches, etc. and typical tools required to perform tasks set forth in the specific delivery orders and modifications. It shall be the contractor's responsibility to maintain all Contractor furnished test equipment properly calibrated and in a ready for use condition to the extent necessary to avoid impacting the performance requirements of the delivery order. Responsibility for the provision of basic mechanical and electrical tools and test equipment shall rest with the Contractor with no cost to the Government. 3.7.2 It is anticipated that incidental materials will be required for the contractor to procure to support restorations. These include, but not limited to: fasteners, rigging equipment (swivel hoist rings, etc), lock wire (safety wire), thread lubricants, thread lockers, epoxy repair compounds, paint, hydraulic fluid, gaskets/o-rings, welding material. 3.7.3 The contractor will be responsible for storage and staging of both Government-furnished and contractor acquired materials and equipment. The contractor must possess an adequate procedure covering the acquisition, tracking, transportation and storage of all material and equipment used during performance of the DO. 4. DATA REQUIREMENTS 4.1 Contracting Officer's Management Report (CDRL A001) 4.1.1 This report shall reflect both prime and Subcontractor data if applicable at the same level of detail. 4.1.2 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.1.3 Labor Rate Tripwire Justification 4.1.3.1 The Contractor shall advise the COR and the Contract Specialist, by email, if the pending addition of any individual (Key or non-Key) will be at fully burdened average labor rate (including pass-through and/or target fee) that exceeds the labor tripwire amount. The Contractor shall not proceed with the addition until the Contractor is advised by the Contract Specialist that the request has been approved by the Contracting Officer. 4.1.3.2 The Contractor's request shall include, the proposed individual's resume, labor hourly rate build-up, labor hours per work year, detailed justification for the addition of the particular individual based on his/her technical expertise and projected technical impact on the Task Order. If the individual is a Subcontractor or consultant, the rate build-up shall include the prime contractor's pass through rate. 4.1.3.3 Currently, the fully burdened average labor rate of $156/hour or greater, regardless of the number of labor hours the proposed individual (prime, subcontractor, or consultant) will work. The Contractor will be advised of any changes to this tripwire level that occur during performance. All Fully Burdened Labor rates of $156/hour or greater shall require the COR and the PCO's review and written approval. 4.2 Travel Report (CDRL A002) 4.2.1 This report shall reflect both prime and subcontractor data if applicable at the same level of detail. 4.2.2 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.3 Contractor's Personnel Roster (CDRL A003) 4.3.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.4 Other Direct Costs Report (CDRL A004) 4.4.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.5 Plan of Action and Milestone (POA&M) or Integrated Production Schedule, (A005) 4.5.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.5.2 A detailed project schedule shall be delivered NLT 30 days after receipt of an order 4.6 Quality Assurance (QA) Workbook (A006) 4.6.1 Use of a QA Workbook is mandatory. All data items, including any technical and OQE data, are to be delivered in the QA Workbook. 4.6.2 The CDRL shall be delivered electronically as one file, unless otherwise stated. 4.6.3 Content for the QA Workbook is to be in accordance with Reference 2.3. 4.6.4 Preliminary workbook should be delivered 7 days prior to work commencing for concurrence. Finalized workbook to be delivered 14 days after order is completed. 4.7 Weekly Production Status Report (A007) 4.7.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.8 Condition Found Report (A008) 4.8.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.8.2 The condition report shall be used to identify deficiencies identified during the inspection process or at any time during the assembly and test effort. Deficiencies include any item that is out-of-spec as identified by the applicable drawing, Maintenance Standard, delivery order or any other document used during the repair evolution. 4.8.3 The condition report shall generated immediately upon identification of a deficiency and delivered to the government POC no later than 1 day after deficient material is identified to allow for immediate government disposition on the deficient material. 4.9 Government Furnished Material Report (A009) 4.9.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.9.2 The GFMR shall be used to identify missing government furnished material that is required to commence work that has not been delivered by the government to-date. 4.9.3 The GFMR shall be submitted no later than 14 days prior to work commencement. 4.10 Government Property Inventory Report (A010) 4.10.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.10.2 This report shall be used to identify all Government Furnished Property held by the contractor. 4.10.3 The first report shall be submitted 180 days after award with subsequent submittals at 180 day intervals until all GFP has been returned to the Government 4.11 Approved Welding Procedure (A011) 4.11.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.12 Welding Procedure Qualification Test Report (A012) 4.12.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.12.1 Required to be submitted with A011 if being submitted for initial approval 4.13 Certification Demonstration Procedures (A013) 4.13.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR. 4.13.2 Orders may require the submittal of technical procedures that are used in analysis and evaluation of material being restored. Procedures may include straightness, optical alignment, or other procedures used to satisfy the inspection requirements of individual delivery orders. 4.14 Test and Inspection Reports (A014) 4.14.1 The CDRL shall be delivered electronically, unless otherwise stated, and while Contractor's format is acceptable, Government's approval is required from the COR 5. SECURITY REQUIREMENTS 5.1 The Contractor is responsible for completing all required government mandated training to maintain security and network access to government sites and IT systems to include but not limited to DoD Cyber-awareness Challenge, Operations Security (OPSEC), NAVSEA Counterintelligence Training, Privacy and Personally Identifiable Information (PII) Awareness Training, NAVSEA Physical Security training. Certificates of successful completion shall be sent to the COR and as otherwise specified in the contract. This effort may require access to classified information up to the SECRET level. The Contractor is required to have and maintain a SECRET clearance. The Contractor may be required to fabricate, modify, or store classified hardware. No classified data will be generated or stored by the Contractor. Classified hardware shall be safeguarded at the level appropriate for the classification of the hardware. The requirements of the attached DD Form 254 apply. The Contractor shall appoint a Facility Security Officer (FSO), who shall (1) be responsible for all security aspects of the work performed under this contract, (2) assure compliance with the National Industrial Security Program Operating Manual (NISPOM) (DOD 5220.22-M), and (3) assure compliance with any written instructions from the NSWC PD, Security Office, Dorothy Morton (Dorothy.Morton@navy.mil, 215-897-1623. The Prime Contractor shall: (1) Forward copies of DD254s provided to subcontractors to the Naval Surface Warfare Center Philadelphia Division (NSWCPD), ATTN: Security. (2) Direct the subcontractor to obtain approval, through the prime Contractor, for the public release of information received or generated by the sub through the prime Contractor. (3) Submit the subcontractor's request for public release through the technical point of contact identified on the DD 254. 5.2 The contractor may be required to receive and generate material, up to and including the SECRET level. Classification markings on the material shall be clearly marked and provide guidance necessary for the performance of this contract. 6. PLACE OF PERFORMANCE 6.1 Performance will occur at a qualified contractor's facility that meets the specifications defined in Section 3.2. 6.2 Due to the criticality of naval equipment required under the resulting contract, the contractor facility shall be within a limit of no more than three hundred (300) miles from NSWC Philadelphia Division in order for NSWPCD representatives to maintain necessary technical surveillance and guidance associated with this requirement. 7. TRAVEL 7.1 No travel is required for the performance of this order. 8.0 GOVERNMENT FURNISHED PROPERTY 8.1 Government Furnished Property in the form of special tooling or test fixturing may be issued to aid in the required work. 8.2 Material that is essential to the execution of an order will be identified in individual delivery orders and issued as necessary. 9.0 GOVERNMENT FURNISHED INFORMATION 8.1 Government Furnished Information, if required, will be issued in individual delivery orders 10. PURCHASES Only items directly used for this Task Order, for work within the scope of the Statement of Work, shall be purchased under the Other Direct Cost (ODC) line items. Individual purchases above $5,000 shall be approved by the Contracting Officer prior to purchase by the Contractor. The purchase request and supporting documentation shall submitted via email to the Contracting Officer and the Contracting Officer's Representative (COR) it shall be itemized and contain the cost or price analysis performed by the Contractor to determine the reasonableness of the pricing. Provide copies of price estimates from at least 2 vendors. 11. PERSONNEL 11.1 Personnel Requirements. All persons proposed in key and non-key labor categories shall be U.S. citizens holding at least a current SECRET clearance, or ability to obtain one. 11.1.1 Key Personnel No Key Personnel required 11.1.2 Non-Key Personnel Although resumes for "Non-Key Personnel" are not required, offerors must fully demonstrate their ability to provide the non-key personnel listed below who meet the requirements that follow. The Contractor shall certify in their proposal that they have these non-key personnel and provide a statement as to their ability to supply the personnel with the experience required to perform the efforts specified in the performance work statement. The Contractor shall provide individuals to fill the non-key positions identified below: Program Manager: Target Education: Bachelor's degree in Engineering or Business from an accredited college or university Target Experience: The Program Manager should have Five (5) years managerial or supervisory experience with engineering projects involving the operation, maintenance, repair, testing, modification, upgrading, installation and alteration of naval submarine sail systems. The Program Manager should ensure compliance with all contract requirements, is responsible to ensure all contractor personnel are competent, trained and certified and that adequate resources have been allocated to specific tasks. The Program Manager organizes, directs and coordinates the planning and execution of all tasks and allocates and reassigns resources as may be necessary to ensure they are properly accomplished within the established schedules. QA Specialist: Target Education: High School, trade, or industrial school graduate Target Experience: The QA specialist should have five (5) years of experience in performing quality assurance and control inspections on Navy ship HM&E or electronic systems for specification and engineering drawing requirement compliance and have three (3) years of experience demonstrating practical knowledge of quality assurance programs, quality control inspection systems, machining skills; and a detailed knowledge of shop procedures, processes, methods and techniques which may be obtained concurrently. He/she should be certified NDT (Nondestructive Testing) Level III inspector by American Society for Nondestructive Testing or equivalent organization and must have a thorough knowledge of the NAVSEA Standard Items. Technical Writer: Minimum Education: High school, trade, or industrial school graduate Minimum Experience: The Technical Writer should have four (4) years of experience in the planning and preparation of varied types of technical documentation on naval ship HM&E, or electronics systems and equipment. Engineering Technician: Minimum Education: High school, trade, or industrial or correspondence school for engineering Minimum Experience: Five (5) years of practical experience involving US Navy ships HM&E equipment. QA Technician: Minimum Education: High school, trade, or industrial or correspondence school for engineering Minimum Experience: Three (3) years shop experience which has provided a practical knowledge of quality assurance programs, quality control inspection systems, machining skills, and a detailed knowledge of shop procedures, processes and methods. Mechanic: Minimum Education: High school degree or a technical vocational high school degree Minimum Experience: Two (2) years of experience in the position and be at the journeyman level of competence Machinist: Minimum Education: High school degree or a technical vocational high school degree Minimum Experience: Two (2) years of experience in the position and be at the journeyman level of competence Welder: Minimum Education: High school, trade, or industrial or correspondence school for engineering Minimum Experience: The contractor employee(s) must be a qualified welder(s) in accordance with NAVSEA Publication S9074-AQGIB-010/1688. The contractor employee(s) is also required to have written and approved welding procedures in accordance with NAVSEA S9074-AR-GIB-010/278. All welding will require approved non-destructive test procedures in accordance with NAVSEA T9074-AS-GIB-010/271 and MIL-STD-2035. Painter/Sandblaster: Minimum Education: High school, trade, or industrial school graduate Minimum Experience: Qualified to Society of Protective Coatings specification SSPC-QP2 or equivalent with one (1) year experience/apprenticeship. The painter/sandblaster should have demonstrated knowledge, skills, and abilities sufficient to strip, prepare surfaces, and paint using various coatings and materials. Packager/Shipper: Minimum Education: High school, trade, or industrial school graduate Minimum Experience: The packager/shipper should have a minimum of three (3) years' experience in the packaging of material that should include the fabrication of crates for submarine antenna mast systems. The packager/shipper should have experience and working knowledge of DOD shipping/handling requirements and antenna mast Packaging, Handling, Storage, and Transportation (PHS&T) manuals 12.0 Enterprise-Wide Contracting Manpower Reporting Application (ECMRA) "The Contractor shall report Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the repair, restoration, overhaul, assembly, and testing of antenna, periscope, and communications masts and HM&E via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4)D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The Contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.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. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. 13. SPECIAL REQUIREMENTS 13.1 Quality Assurance Requirements 13.1.1 The contractor(s) shall provide and maintain a written inspection system, which will assure that all supplies and services submitted to the Government for acceptance conform to contract requirements whether manufactured or processed by the contractor, or procured from subcontractors or vendors. The contractor(s) shall perform or have performed the inspections and tests required to substantiate product conformance to drawing, specifications and contract requirements and shall also perform or have performed all inspections and tests otherwise required by the contract. The contractor(s)' inspection system shall be documented and shall be available for review by the Naval Surface Warfare Center Philadelphia Division - Philadelphia Navy Yard Site, 5001 South Broad Street, Philadelphia, PA 19112-5083, Attn. Code 962, via the cognizant DCMA or CAO, fifteen (15) days after award of contract and throughout the life of the contract(s). The contractor(s) shall notify the Naval Surface Warfare Center Carderock Division in writing of any change to the inspection system(s). The inspection system shall be subject to disapproval if changes thereto would result in nonconforming product. Contractors currently operating under ANSI/ISO/ASQ Q9001 or MIL-I-45208 quality system will be deemed acceptable under this provision. 13.1.2 The Quality/Inspection System shall also include the following: 1) Inspection, Measuring, and Test Equipment in accordance with the requirements of ANSI/NCSL Z540.3 2) Inspection, Measuring, and Test Equipment in accordance with the below: a) Pressure/Performance Test Gauges: Gauge range shall be greater than the test pressure but shall not be more than twice that of the maximum test pressure. b) Torque Devices: Torque devices used to measure both running torque and final torque range is from 20% to 90% inclusive of the torque device maximum rated torque. 3) Controls to assure that requirements of this contract/delivery order are invoked on subcontractors and the contractor verifies implementation by subcontractors 13.1.3 Use of QA Workbooks to compile and deliver information pertaining to individual orders is mandatory. Workbooks shall be delivered in accordance with CDRL A006. 13.1.4 Specifications and Publications: Specification Number Title ANSI/ISO/ASQ Q9001 Quality Management Systems-Requirements MIL-I-45208 Inspection System Requirements ANSI/NCSL Z540.3 Requirements for the Calibration of Measuring and Test Equipment ASQ-Z1.4 Sampling Procedures and Tables for Inspection by Attributes ASME B1.3 Screw Thread Gaging Systems for Acceptability: Inch and Metric Screw Threads ASME B46.1 Surface Texture (Surface Roughness, Waviness, and Lay) ASTM D3951 Standard Practice for Commercial Packaging ASTM E1742 Standard Practice for Radiographic Examination QQ-N-286 Specification for Nickel-Copper-Aluminum Alloy, Wrought MIL-STD-129 Military Marking for Shipping and Storage MIL-STD-130 Identification Marking of U.S. Military Property MIL-STD-973 Configuration Management MIL-STD-2035 Nondestructive Testing Acceptance Criteria NAVSEA S9074-AQ-GIB-010/248 Requirements for Welding and Brazing Procedure and Performance Qualification NAVSEA T9074-AS-GIB-010/271 Requirements for Nondestructive Testing Methods NAVSEA S9074-AR-GIB-010/278 Requirements for Fabrication Welding and Inspection, and Casting Inspection and Repair for Machinery, Piping, and Pressure Vessels NAVSEA T9074-BD-GIB-010/300 Base Materials for Critical Applications: Requirements for Low Allow Steel Plate, Forgings, Castings, Shapes, Bars, and Heads of HY-80/100/130 and HSLA-80/100 NAVSEA T9074-AD-GIB-010/1688 Requirements for Fabrication, Welding, and Inspection of Submarine NAVSEAINST 5400.95 Waterfront Engineering and Technical Authority Policy NAVSEAINST 5100.3 Mercury, Mercury Compounds, and Components Containing Mercury or Mercury Compounds; Control Of 13.2 Inspection and Test 13.2.1 The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. 13.2.2 The Government reserves the right to perform any of the inspections set forth in the above requirements where such inspections are deemed necessary and in the Governments best interest to ensure that supplies and services conform to requirements. 13.2.3 Due to the critical nature of this material, the contractor shall notify NSWCPD (Naval Surface Warfare Center Philadelphia Division when material is ready for inspection to allow NSWCPD the option to perform quality assurance surveillance. Advanced notification shall be made minimum of (7) days prior to the scheduled inspection date. 13.2.4 A Representative of the cognizant Contract Administration Office (DCMA) shall perform Government Source Inspection (GSI) at the contractors or subcontractors plant. To allow for adequate planning, advanced notification for requested GSI shall be made to that office minimum of (7) days prior to the scheduled inspection date. 13.2.5 All request/ notifications to NSWCPD and the cognizant Defense Contract Management Agency (DCMA) shall be submitted via Email. Email notification shall include the contract number/ delivery order, contract line item, part number and surveillance activity for which is requested.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2c87c5bf28f347c65924903ca69c21eb)
- Place of Performance
- Address: 5001 S Broad St, Philadelphia, Pennsylvania, 19112, United States
- Zip Code: 19112
- Zip Code: 19112
- Record
- SN04713146-W 20171015/171013230805-2c87c5bf28f347c65924903ca69c21eb (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 |