SOLICITATION NOTICE
J -- Service-Crane Boom Repair
- Notice Date
- 2/21/2020 1:29:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A20Q5704
- Response Due
- 2/25/2020 12:00:00 PM
- Archive Date
- 03/11/2020
- Point of Contact
- Melissa Ayers, Phone: 3604764298, George R. Rutt, Phone: 3606274362
- E-Mail Address
-
melissa.ayers@navy.mil, george.rutt@navy.mil
(melissa.ayers@navy.mil, george.rutt@navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 N4523A20Q5704, issued as a request for quotation (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 effective 15�Jan 2020.� This solicitation is a Full and Open Competition.� The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $8,000,000.� This NAICS is for Commercial and Industrial Machinery and Equipment (except Automotive and Electrical).� The Federal Supply Code is J036. QUOTE SUBMISSION INSTRUCTION.� Read Thoroughly and Carefully.� Return All Items Requested. Contract Type:� Firm Fixed Price, Commercial Service Requirement: CLIN 0001:� Services to disassemble, inspect, do weld repair, reassemble, and recommission crane boom QTY:� 1 Job $_________Job������������� $�_______Total CLIN 0002: Contractor Manpower Reporting QTY:� 1 Each $ ________Each��������� � $ ________Total Contractor Manpower Reporting on labor hours used in the performance of CLINs 000 in accordance with the PWS. For price estimating purposes, reporting takes approximately 1-2 hours of time for one employee to complete and is generally calculated using an accepted hourly wage for an administrative assistant or similar position. See attached Performance Work Statement for complete description of requirement and specifications OEM Certification Required and OEM approval for the technical support portion. Period of Performance Dates:� February 10, 2020 � May 18, 2020 Place of Performance: Unknown� ��������������� The Place of performance is based on contractor facility and is unknown at time of solicitation.� The government will provide additional wage determinations for possible places of performance if asked to do so in writing no later than the closing date of this solicitation.� See FAR clause 52.222-49 below. � Submit quote to Melissa Ayers via email at melissa.ayers@navy.mil by 12:00 pm Pacific Time, FEBRUARY 4, 2020.� See referenced FAR 52.212-1 � Instructions to Offerors for guidance.� Note:� Offers received after this closing date and time will not be accepted. QUOTE REQUIRMENTS: Offerors MUST provide the following information with/on the quote: 1. The Request for Quote (RFQ) number listed in the request, 2.� Company Name, Address, Cage Code, and Point of Contact Name on the Offer, 3.� Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ.� Quotes that take exception to the terms and conditions of the RFQ may be excluded from consideration, 4. Provide a technical description of the items offered in sufficient detail to evaluate compliance with the requirements in the solicitation and PWS.� This may include product literature or other documents, if necessary and address technical capability in meeting the requirement.� See FAR provision 52.212-2 below for additional submission requirements. 5.� Signed by a designated agent of the company, and date of expiration. Delivery:� FOB Destination � Puget Sound Naval Shipyard, Bremerton, WA 98314 Government inspection:� QA-�4�, Method of Payment:� Wide Area Work Flow All responsible sources may submit a quote package, which shall be considered by the agency.� Any prospective contractor must be registered in the System for Award Management (SAM) at SAM.gov, in order to be eligible for award.� Any award resulting from this RFQ will be made based on the lowest price technically acceptable.�������� All terms and conditions, clauses, and requirements determined by the contracting officer to be necessary and consistent with customary commercial practices for RFQ N4523A19Q5704, are as follows: PROVISIONS AND CLAUSES CAN BE FOUND AT- FAR CLAUSES:� http://acquisition.gov/far/ DFARS CLAUSES:� http://acquisition.gov/far/ PROVISIONS/CLAUSES INCORPORATED BY REFERENCE�������� 52.204-7��������������� System for Award Management (OCT 2018) 52.204-13������������ System for Award Management Maintenance (OCT 2018) 52.204-16������������ Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17������������ Ownership or Control of Offeror (JUL 2016) 52.204-18������������ Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19������������ Incorporation by reference of representations and certifications (DEC 2014) 52.204-20������������ Predecessor of Offeror (JUL 2016) 52.204-21������������ Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or� Equipment (AUG 2019) 52.212-1�������������� Instructions to Offerors--Commercial Items (OCT 2018) 52.212-3 Alt 1 ���� Offeror Representations and Certifications--Commercial Items (NOV 2017)�Alternate I (OCT 2014) 52.212-4��������������Contract Terms and Conditions--Commercial Items (OCT 2018) 52.219-1 Alt 1����� Small Business Program Representations (Oct 2014) 52.225-25������������ Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.232-39������������ Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)��������������������������� 52.245-1���������������Government Property (Jan 2017) 52.245-9�������������� Use and Charges (Apr 2012) 52.246-1���������������Contractor Inspection Requirements (APR 1984) 52.247-34������������ F.O.B. Destination (NOV 1991)������������������������������� 252.203-7000����� Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005����� Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7000����� Disclosure of Information (OCT 2016) 252.204-7003����� Control of Government Personnel Work Product (APR 1992) 252.204-7008����� Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009����� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident���� Information 252.204-7012����� Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015����� Notice of Authorized Disclosure of Information by Litigation Support (MAY 2016) 252.211-7003����� Item Unique Identification and Valuation (MAR 2016) 52.211-7007�������� Reporting of Government-Furnished Property (Aug 2012) 252.223-7008����� Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7002����� Qualifying Country Sources as Subcontractors (DEC 2017) 252.225-7012����� Preference for Certain Domestic Commodities (DEC 2017) 252.225-7048����� Export-Controlled Items (JUN 2013) 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.244-7000����� Subcontracts for Commercial Items (JUN 2013) 252.245-7001����� Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); 252.245-7002����� Reporting Loss of Government Property (Dec 2017); 252.245-7003����� Contractor Property Management System Administration (Apr 2012); and 252.245-7004����� Reporting, Reutilization, and Disposal (Dec 2017) 252.247-7023����� Transportation of Supplies by Sea (FEB 2019) INCORPORATED BY FULL TEXT 52.212-2���� EVALUATION--COMMERCIAL ITEMS (OCT 2014) Evaluation-Commercial Items (Oct 2014) ����� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government intends to award a single purchase order on the basis of the lowest priced, technically acceptable quote meeting or exceeding the acceptability standards for all the below listed technical and past performance factors.� Each technical factor below has a submission requirement that must be included with the quote. Technical Evaluation Factors Evaluation Criteria� Submission Requirement Technical Factor 1- Evidence that repair work shall be done at an OEM certified facility or under the direct supervision of an OEM factory technician IAW section 1.6.2 of the performance work statement (PWS). Documentation showing that the offeror (or the offeror�s subcontractor if that is where the work will be performed) is an authorized dealer of the crane OEM, if work is not being conducted under the direct supervision of an OEM factory technician.� � Technical Factor 2- Evidence that an OEM factory technical shall be present for the commissioning of the boom in accordance with 1.6.2. Documentation showing that the offeror has a subcontracting agreement in place with the OEM to provide for a technician for the commissioning of the boom. Past Performance Evaluation Factor Evaluation criteria Submission Requirements Evidence of successful past performance that demonstrates performance relevant to crane repair projects similar to or exceeding the work required in the PWS.� Past performance, information shall be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases. Past performance information may also be obtained from other sources available to the Government, such as the Defense Contract Management Agency; and interviews with Program Managers, Contracting Officers, Fee Determining Officials. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered �acceptable.� Offeror�s are not required to submit any additional documentation in support of this evaluation criterion. ����� (c) 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 offers 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) 52.212-5���� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2019) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). XX (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). XX (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). XX (55) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332). XX (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). XX (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). XX (8) 52.222-55, Minimum Wages under Executive Order 13658 (DEC 2015) (E.O. 13658). XX (9) 52.222-62, Paid Sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706).���������� (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vii)� 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xii) 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiv) _____ (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xviii) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) (E.O. 13658). (xix) 52.222-62, Paid Sick Leave under Executive Order 13706 (Jan 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5�U.S.C.�552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.222-49����������� Service Contract Labor Standards-Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: _None___ The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by close of the solicitation. ����� (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. 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): FAR Provisions:� http://acquisition.gov/far/ DFARS Provisions: http://acquisition.gov/far/ 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): FAR Clauses:� http://acquisition.gov/far/ DFARS Clauses: http://acquisition.gov/far/ ��������������� 252.232-7006 ����� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (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. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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 System for Award Management at https://www.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: Document type. The Contractor shall submit payment requests using the following document type(s): � (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� � That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. � Invoice 2in1 ____________________________________________________________ � (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ � (Contracting Officer: Insert either �Invoice 2in1� or the applicable invoice and receiving report document type(s) for fixed price line items for services.) � (iii) For customary progress payments based on costs incurred, submit a progress payment request. � (iv) For performance based payments, submit a performance based payment request. � (v) For commercial item financing, submit a commercial item financing request. � (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. � [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] � (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 �N68732 Issue By DoDAAC �N4523A Admin DoDAAC** �N4523A Inspect By DoDAAC �N4523A Ship To Code �N4523A Ship From Code �N/A Mark For Code �N/A Service Approver (DoDAAC) �N4523A Service Acceptor (DoDAAC) �N4523A Accept at Other DoDAAC �N/A LPO DoDAAC �N4523A DCAA Auditor DoDAAC �N/A Other DoDAAC(s) �N/A �(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (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. PSNSASKAccountsPayable@navy.mil ___________________________________________________________________________________________ �(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (6) WAWF email notifications. The Contractor shall enter the email address identified below in the �Send Additional Email Notifications� field of WAWF, when a document is submitted in the system. Melissa Ayers������ melissa.ayers@navy.mil George Rutt��������� george.rutt@navy.mil (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b8245098572343bcb4106566b3af17a0/view)
- Place of Performance
- Address: Bremerton, WA 98314, USA
- Zip Code: 98314
- Country: USA
- Record
- SN05568253-F 20200223/200221231655 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |