SOLICITATION NOTICE
J -- SOLE SOURCE WATERJET REPAIR AND SERVICE
- Notice Date
- 5/15/2023 11:16:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N6133123TJF05
- Response Due
- 5/18/2023 9:00:00 AM
- Archive Date
- 06/02/2023
- Point of Contact
- Jonathon Fertig, Jamell Kilgore
- E-Mail Address
-
jonathon.fertig@navy.mil, jamell.kilgore@navy.mil
(jonathon.fertig@navy.mil, jamell.kilgore@navy.mil)
- Description
- NSWC PCD OMAX WATERJET REPAIR AND SERVICE All quotes submitted in response to this announcement shall be reviewed if submitted by the close date. Request for additional RFQ supporting documents must include capabilities statement, proof of past performance for similar work, and cage code.� MEMORANDUM Subj: SOLE SOURCE JUSTIFICATION MEMORANDUM FOR NSWC PCD WATERJET REPAIR AND SERVICE 1.�� �Identification of the agency and the contracting activity, and specific identification of the document as a �Sole Source Justification.� This is a sole source justification. Contracting activity is NSWC-PCD, Code 024, 110 Vernon Ave., Panama City, FL, 32407. 2.�� �Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to Phillips Federal Division, 7390 Coca Cola Drive, Ste. 200, Hanover, MD 21076 for the services described in Paragraph 3. 3.�� �A description of the supplies or services required to meet the agency�s needs (including the estimated value). The Contractor shall supply and replace, at a minimum, the following items on the NSWC PCD OMAX 120X (S/N L511605) and 80X (S/N K512040) water jets: Line�� �Part #�� �Description�� �Serial�� �Qty. 1�� �308281�� �EnduroMAX Pump Major Maintenance Kit�� �L511605�� �1 2�� �304885�� �Plunger Rod Assembly Kit�� �L511605�� �1 3�� �306500�� �Kit Repair Body Assy Adjustable Dump�� �L511605�� �1 4�� �301927�� �Integrated On/Off Valve Rebuild Kit�� �L511605�� �1 5�� �303639�� �Kit Repair Integrate�� �L511605�� �2 6�� �307448-14�� �MAXJET 5i Size 0.014 in. Diamond Nozzle Assembly with Filters�� �L511605�� �1 7�� �300766-030�� �0.030 in. ROCTEC 500 Mixing Tube�� �L511605�� �2 8�� �202532�� �Fine Water Filter Cartridge 0.45 micron 10 in.�� �L511605�� �2 9�� �202533�� �Water Prefilter Cartridge 1 micron 10 in.�� �L511605�� �2 10�� �203745�� �Rotary Vane Pump 165 GPH�� �L511605�� �1 11�� �320198�� �Bypass Valve 100 GPH�� �L511605�� �1 12�� �308103�� �Assy Check Valve Body�� �L511605�� �2 13�� �308620-3�� �Dual Port Swivel with End Ports�� �K512040�� �1 14�� �201526�� �High-Pressure Tee Fitting 3/8 in.�� �K512040�� �1 15�� �201514�� �High-Pressure 90 Degree Fitting 3/8 in.�� �K512040�� �1 16�� �308616�� �Dual Port Swivel Seal�� �K512040�� �2 17�� �308308�� �EnduroMAX Pump Minor Maintenance Kit�� �K512040�� �1 18�� �301927�� �Integrated On/Off Valve Rebuild Kit�� �K512040�� �1 19�� �303639�� �Kit Repair Integrate�� �K512040�� �1 This acquisition will be conducted using simplified acquisition procedures with a total estimated value greater than $25,000. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. This acquisition will be conducted using simplified acquisition procedures with a total dollar value above micro-purchase levels, but not exceeding the simplified acquisition threshold of $250,000.00.� 4.�� �Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor�s unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c) - Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1. The Naval Surface Warfare Center Panama City Division (NSWC PCD) currently has a need for repair services to be performed on the Government Owned OMAX 120X and 80X water jets. OMAX utilizes Phillips Federal as the exclusive distributor for federal government accounts. They are authorized to work on our behalf and represent OMAX to the federal government. No other distributor or agent is authorized to represent OMAX in the federal government space. Phillips Federal utilizes only OMAX factory technicians for all services on our machines. All parts supplied by Phillips Federal are OEM shipped directly from our factory with no aftermarket substitutions allowed to comply with the strict design requirements of the machines. All parts and services provided by Phillips Federal are fully warranted by OMAX Corp. Parts and services provided by non-approved vendors will not be covered under warranty. As such, the government does not expect significant savings through competition and it is more advantageous to the Government to award on a sole source basis to the Phillips Federal for the services listed in Paragraph 3. 5.�� �A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government�s needs. 6.�� �A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. For the reasons specified in paragraph 4 above, Phillips Federal is the only source that can meet the Government�s needs. This requirement will be synopsized in the government point of entry sam.gov because it is estimated greater than $25,000.00. � 7.�� �Any other facts supporting the justification. None. 8.�� �A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, Phillips Federal is the only source that can meet this requirement. � 1.0�� �SCOPE The Naval Surface Warfare Center, Panama City Division, FL, (NSWC PCD) Code E42 Fabrication & Prototype Shops has an immediate need for service and repairs to both OMAX 120X and 80X water jets. 2.0�� �APPLICABLE DOCUMENTS None. 3.0�� �REQUIREMENTS 3.1�� �Repair The Contractor shall supply and replace, at a minimum, the following items on the NSWC PCD OMAX 120X (S/N L511605) and 80X (S/N K512040) water jets: Line�� �Part #�� �Description�� �Serial�� �Qty. 1�� �308281�� �EnduroMAX Pump Major Maintenance Kit�� �L511605�� �1 2�� �304885�� �Plunger Rod Assembly Kit�� �L511605�� �1 3�� �306500�� �Kit Repair Body Assy Adjustable Dump�� �L511605�� �1 4�� �301927�� �Integrated On/Off Valve Rebuild Kit�� �L511605�� �1 5�� �303639�� �Kit Repair Integrate�� �L511605�� �2 6�� �307448-14�� �MAXJET 5i Size 0.014 in. Diamond Nozzle Assembly with Filters�� �L511605�� �1 7�� �300766-030�� �0.030 in. ROCTEC 500 Mixing Tube�� �L511605�� �2 8�� �202532�� �Fine Water Filter Cartridge 0.45 micron 10 in.�� �L511605�� �2 9�� �202533�� �Water Prefilter Cartridge 1 micron 10 in.�� �L511605�� �2 10�� �203745�� �Rotary Vane Pump 165 GPH�� �L511605�� �1 11�� �320198�� �Bypass Valve 100 GPH�� �L511605�� �1 12�� �308103�� �Assy Check Valve Body�� �L511605�� �2 13�� �308620-3�� �Dual Port Swivel with End Ports�� �K512040�� �1 14�� �201526�� �High-Pressure Tee Fitting 3/8 in.�� �K512040�� �1 15�� �201514�� �High-Pressure 90 Degree Fitting 3/8 in.�� �K512040�� �1 16�� �308616�� �Dual Port Swivel Seal�� �K512040�� �2 17�� �308308�� �EnduroMAX Pump Minor Maintenance Kit�� �K512040�� �1 18�� �301927�� �Integrated On/Off Valve Rebuild Kit�� �K512040�� �1 19�� �303639�� �Kit Repair Integrate�� �K512040�� �1 Work shall begin on a Monday. The Contractor shall provide a Contract Summary Report detailing all of the items replaced. 3.2�� �Diagnostic and Calibration Service � The Contractor shall troubleshoot the Collision Sensing Terrain Follower issue currently experienced with the OMAX 80X. The Contractor shall diagnose the 80X to determine any other issues, not currently known to the Government, that prevent the machine from accurately cutting. The Contractor shall also perform sensor calibration on the terrain follower. The Contractor shall evaluate and diagnose the OMAX 120X Enduro MAX pump to determine why the unit is reaching high critical RPM levels. The Contractor shall rebuild the wet-end assembly, rebuild the adjustable dump orifice (ADO) and/or rebuild on/off valves if necessary. The Contractor shall reassemble all equipment, properly test system, and ensure system is fully operational. The Contractor shall provide basic training on the water recycling system (WRS). The Contractor shall show the NSWC PCD Technicians how to the set the terrain follower. The Contractor shall provide documentation to certify that both water jets are calibrated to the Original Equipment Manufacturer standards. 3.3�� �Additional Repairs (OPTION 1) If additional repairs and/or services are needed and require parts or service beyond those listed in Section 3.1 or Section 3.2, the Contractor shall provide those parts and/or services. The value of the parts shall not exceed $5,000 and the value of the services shall not exceed $10,000. 4.0�� �GOVERNMENT FURNISHED PROPERTY (GFP): None 5.0�� �DATA DELIVERABLES Data shall be provided in accordance with the Contract Data Requirements List (CDRL) DD Form 1423. 6.0�� �PERIOD OF PERFORMANCE The items on this order shall be delivered as soon as possible, but no later than 90 days after Contract award. 7.0�� �SECURITY This requirement is UNCLASSIFIED. The Contractor will not require access to nor be required to generate classified information to perform the requirement. RELEASE OF INFORMATION (a)�� �Release of information shall be in accordance with Section I, DFARS Clause 252.204-7000, Disclosure of Information. (b)�� �All technical data provided to the contractor by the Government will be protected from public disclosure in accordance with the markings contained thereon. All other information relating to the items to be delivered or services to be performed under this contract may not be disclosed by any means without prior approval of the appropriate NSWC PCD authority. Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationals or by any other person or entity; publication of technical or scientific papers; advertising; or any other proposed public release. The contractor shall provide adequate physical protection to such information to preclude access by any person or entity not authorized such access by the Government. 7.1�� �Controlled Unclassified Information (CUI) Controlled unclassified information (CUI) is official information that requires the application of controls and protective measures for a variety of reasons and has not been approved for public release, to include technical information, proprietary data, information requiring protection under the Privacy Act of 1974, and Government-developed privileged information involving the award of contracts. CUI is a categorical designation that refers to unclassified information that does not meet the standards for National Security Classification under Executive Order 13526, but is (a) pertinent to the national interest of the United States or to the important interests of entities outside the Federal Government, and (b) under law or policy requires protection from unauthorized disclosure, special handling safeguards, or prescribed limits on exchange or dissemination. 7.2�� �Minimum Requirements for Access to Controlled Unclassified Information (CUI) Prior to access, Contractor personnel requiring access to Department of the Navy (DON) controlled unclassified information (CUI) or ""user level access to DON or DoD networks and information systems, system security and network defense systems, or to system resources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information without controls to identify and deny sensitive information"" contractors must have clearance eligibility, or submit an Electronic Questionnaire for Investigation Processing (SF 86) to NSWC PCD Security for processing and subsequent adjudication by the DON Central Adjudication Facility. 7.3�� �Minimum Protection Requirements for Controlled Unclassified Information Security classification guides and unclassified limited documents (e.g., CUI, Distribution Statement Controlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessible webserver or transmitted over the Internet unless appropriately encrypted. 7.4�� �CUI CUI is a designation, not a classification. CUI is used by Department of Defense (DoD) and a number of other federal agencies to identify information or material, which although unclassified, disclosure to the public of the information would reasonably be expected to cause a foreseeable harm to an interest protected by one or more provisions of the Freedom of Information Act (FOIA). This includes information that qualifies for protection pursuant to the provisions of the Privacy Act of 1974, as amended. CUI must be marked, controlled and safeguarded in accordance with DoDI 5200.48, DoD Information Security Program: Controlled Unclassified Information (CUI). 7.5�� �Security of Unclassified DoD Information on Non-DoD Information Systems (DoDI 8582.01) DoD Policy:�� �Adequate security shall be provided for all unclassified DoD information on non-DoD information systems. Appropriate requirements shall be incorporated into all contracts, grants, and other legal agreements with non- DoD entities. Information Safeguards are applicable to unclassified DoD information in the possession or control of non- DoD entities on non-DoD information systems, to the extent provided by the applicable contract, grant, or other legal agreement with the DoD. Information Safeguards Unclassified DoD information that has not been cleared for public release may be disseminated by the Contractor, grantee, or awardee to the extent required to further the contract, grant, or agreement objectives, provided that the information is disseminated within the scope of assigned duties and with a clear expectation that confidentiality will be preserved. Examples include: (a)�� �Non-public information provided to a Contractor (e.g., with a request for proposal). (b)�� �Information developed during the course of a contract, grant, or other legal agreement (e.g., draft documents, reports, or briefings and deliverables). (c)�� �Privileged information contained in transactions (e.g., privileged contract information, program schedules, contract-related event tracking). It is recognized that adequate security will vary depending on the nature and sensitivity of the information on any given non-DoD information system. However, all unclassified DoD information in the possession or control of non-DoD entities on non-DoD information systems shall minimally be safeguarded as follows: (a)�� �Do not process unclassified DoD information on publically available computers (e.g., those available for use by the general public in kiosks or hotel business centers). (b)�� �Protect unclassified DoD information by at least one physical or electronic barrier (e.g., locked container or room, logical authentication or logon procedure) when not under direct individual control of an authorized user. (c)�� �At a minimum, overwrite media that have been used to process unclassified DoD information before external release or disposal. (d)�� �Encrypt all information that has been identified as CUI when it is stored on mobile computing devices such as laptops and personal digital assistants, compact disks, or authorized removable storage media such as thumb drives and compact disks, using the best encryption technology available to the Contractor or teaming partner. (e)�� �Limit transfer of unclassified DoD information to subcontractors or teaming partners with a need to know and obtain a commitment from them to protect the information they receive to at least the same level of protection as that specified in the contract or other written agreement. (f)�� �Transmit e-mail, text messages, and similar communications containing unclassified DoD information using technology and processes that provide the best level of privacy available, given facilities, conditions, and environment. Examples of recommended technologies or processes include closed networks, virtual private networks, public key-enabled encryption, and transport layer security. (g)�� ��� �Encrypt organizational wireless connections and use encrypted wireless connections where available when traveling. If encrypted wireless is not available, encrypt document files (e.g., spreadsheet and word processing files), using at least application-provided password protected level encryption. (h)�� �Transmit voice and fax transmissions only when there is a reasonable assurance that access is limited to authorized recipients. (i)�� �Do not post unclassified DoD information to website pages that are publicly available or have access limited only by domain or Internet protocol restriction. Such information may be posted to website pages that control access by user identification and password, user certificates, or other technical means and provide protection via use of transport layer security or other equivalent technologies during transmission. Access control may be provided by the intranet (vice the website itself or the application it hosts). (j)�� �Provide protection against computer network intrusions and data exfiltration, minimally including: (1)�� �Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware. (2)�� �Monitoring and control of both inbound and outbound network traffic (e.g., at the external boundary, sub-networks, individual hosts), including blocking unauthorized ingress, egress, and exfiltration through technologies such as firewalls and router policies, intrusion prevention or detection services, and host-based security services. Prompt application of security-relevant software patches, service packs, and hot fixes. (k)�� �Comply with other current Federal and DoD information protection and reporting requirements for specified categories of information (e.g., medical, proprietary, Critical Program Information (CPI), personally identifiable information, export controlled) as specified in contracts, grants, and other legal agreements. (l)�� �Report loss or unauthorized disclosure of unclassified DoD information in accordance with contract, grant, or other legal agreement requirements and mechanisms. (m)�� �Do not use external IT services (e.g., e-mail, content hosting, database, document processing) unless they provide at least the same level of protection as that specified in the contract or other written agreement. 7.6�� �Operations Security Operations Security (OPSEC) is concerned with the protection of critical information: facts about intentions, capabilities, operations, or activities that are needed by adversaries or competitors to bring about failure or unacceptable consequences of mission accomplishment. Critical information includes information regarding: ��� �Operations, missions, and exercises, test schedules or locations; ��� �Location/movement of sensitive information, equipment, or facilities; ��� �Force structure and readiness (e.g., recall rosters); ��� �Capabilities, vulnerabilities, limitations, security weaknesses; ��� �Intrusions/attacks of DoD networks or information systems; ��� �Network (and system) user identifications and passwords; ��� �Movements of key personnel or visitors (itineraries, agendas, etc.); and ��� �Security classification of equipment, systems, operations, etc. The Contractor, subcontractors and their personnel shall employ the following countermeasures to mitigate the susceptibility of critical information to exploitation, when applicable: ��� �Practice OPSEC and facilitate OPSEC awareness; ��� �Immediately retrieve documents from printers assessable by the public; ��� �Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed; ��� �Protect information from personnel without a need-to-know; ��� �When promulgating information, limit details to that essential for legitimacy; during testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, or speed of execution, whenever possible. 8.0 DISTRIBUTION LIMITATION STATEMENTS Technical Documents generated under this contract shall carry the following Distribution Limitation Statements. Word-processing/CAD files shall have the statements included in the file such that the first page of any resultant hard copy shall display the statements. For drawings, the statements shall be as near to the title block as possible without obscuring any detail of the drawing. Additionally, each diskette delivered shall be marked externally with the statements. DISTRIBUTION STATEMENT D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE AND U.S. DOD CONTRACTORS ONLY (ADMINISTRATIVE/OPERATIONAL USE) (DATE STATEMENT APPLIED). OTHER U.S. REQUESTS FOR THIS DOCUMENT MUST BE REFERRED TO PEO-LCS (PMS495). (PER THE SCG). DESTRUCTION NOTICE � FOR CLASSIFIED DOCUMENTS, FOLLOW THE PROCEDURES IN NISPOM RULE OR DODI 5200.01-V-3, DoD INFORMATION SECURITY PROGRAM REGULATION. FOR CONTROLLED UNCLASSIFIED, DOCUMENTS, DESTROY PER DODI 5200.48, CONTOLLED UNCLASSIFIED INFORMATION (CUI). 9.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) The Contractor shall report ALL Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this Contract for NSWC PCD via a secure data collection site. 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. Section F - Deliveries or performance F.O.B.� 52.247-29�� �FOB Destination 52.247-34�� �FOB Origin Section G � 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) Section I � Contract Clauses 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)� 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2022) Preselected: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statement (Jan 2017) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) Required: 52.222-50 Combatting Trafficking in Persons (Nov 2021)� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (June 2020) � 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts For Certain Services--Requirements (May 2014) 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) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)� 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) � 52.243-1 Changes Fixed-Price 52.245-1 Government Property (Sep 2021) 52.245-9 Use and Charges (Apr 2012) 52.246-4 Inspection of Services 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)� 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) � 52.246-4 Inspection of Services-Fixed-Price (Aug 1996) 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) � 252.204-7003 Control of Government Work Product (Apr 1992)� 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Mar 2022) 252.211-7007 Reporting of Government-Furnished Property (Mar 2022) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (Apr 2020)� 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012)� 252.245-7002 Dev. Reporting Loss of Government Property� 252.245-7003 Contractor Property Management System Administration (Apr 2012)� 252.245-7004 Reporting, Reutilization, and Disposal (Dec 2017)� 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (Aug 2016) 252.246-7008 Sources of Electronic Parts (May 2018) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Section K � Representations 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.(Oct 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Mar 2020) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) Section L - Instructions Conditions and Notices to Bidders 52.212-1 Instructions to Offerors�Commercial Items (Nov 2021)� 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.211-14 Notice of Priority Rating (apr 1008) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) Section M � Evaluation Factors for Award 52.212-2 Evaluation Commercial Items� FAR Part 13 Best value, SPRS ratings, price and delivery terms G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) �For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. �Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. �For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. �Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. �Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). �Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) �Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. �No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. (End of Text) ________________________________________ G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) �The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) �The contracting officer is the only person authorized to change this contract or orders issued thereunder. �The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) �The points of contact are as follows: (i) �The Procuring Contracting Officer (PCO) is: �� �See page 1, Block 24 � �(ii) �The Contract Specialist is: Name: �Jonathon Fertig -�� �E-mail: �jonathon.fertig@navy.mil �� �Phone: 850-867-4452 (iii)�� �The Administrative Contracting Officer (ACO) is: Not Applicable (d) �The Contracting Officer�s Representative (COR) is the contracting officer�s appointed representative for technical matters. �The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. �An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The Contracting Officer�s Representative (COR) �is: Not Applicable (e) �The Alternate Contracting Officer�s Representative (ACOR) is responsible for COR responsibilities and functions in the event that the COR is unavailable due to leave, illness, or other official business. �The ACOR is appointed by the contracting officer; a copy of the ACOR appointment will be provided upon award of this contract. The Alternate Contracting Officer�s Representative (ACOR) is: Not Applicable (f) �The Technical Point of Contact (TPOC) is the contracting officer�s representative for technical matters when a COR is not appointed. �The TPOC is responsible for technical issues of contract administration, such as providing all items of Government Furnished Information (...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/21abddcc59114e7eb898ebdd45e1ab0a/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN06682194-F 20230517/230515230113 (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 |