SOLICITATION NOTICE
20 -- TV-DTS upgrade
- Notice Date
- 1/25/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-7263
- Archive Date
- 2/11/2012
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-12-T-7263, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective December 2, 2011. NAICS code 517410 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS PECOS to VSD, Corporation as the only OEM (Orbit UK) Authorized service center for the following services: The requested period of performance for the below service is 31 May - 12 July 2012. 1.0 ABSTRACT 1.1 Provide the services of a qualified OEM familiar with the ships Television Direct to Sailor (TV-DTS) and interface with ships existing CCTV distribution to perform TV-DTS System Preventative Maintenance, Testing and alignments. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 Television-Direct to Sailor (TV-DTS) OE-556/U installation and maintenance manual. Tech Man: EE130-C1-MMC-010 (Contractor must have own copy of manual). 2.2 Enclosures: 2.2.1 TV-DTS System Certification sheet. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Various 3.1.2 Quantity: One MARINE STABILIZED TV-DTS ANTENNA SYSTEM (ABD & BDE): Antenna Control Unit (AL-7200-3M) Uninterruptible Power Supply Servo Driver Unit (AL-7200-2-SDU) Inertial Measurement Unit (AL-7200-IMU) X/Y Pedestal (AL-7204-1) Radome (17-0502) Base (17-1347) Reflector (96732/Q) C-Band Feed Assy (18-0300) C LNB Filter GPS Antenna 3.1.3 TV Distribution cabling and distribution equipment throughout out the ship, splitters, AMP, TV Drops; all spaces with TV drops; and cables leading from the pier connection to Site TV; all cables leading from TVDTS Antenna to Site TV, including main distribution space 3.2 Item Description/Manufacturer's Data: None 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 None 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1-7,22,23,24, 28 and 29. 5.2 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item IAW COMSCINST 5100.17C, "Afloat Safety and Occupational Health Manual". Restore electrical power upon the completion of all aspects of this work item. 5.3 Performance Period: May 31 through July 12, 2012. 5.4 Performance Location: Sembayang, Singapore. 5.5 Point of Contact: Principle Port Engineer, Joe Astbury: Ph# 757- 443-0930 E-mail joseph.astbury@navy.mil 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 Upon completion of this work item, the contractor shall demonstrate operation to ship's force and the port engineer or the MSFSC electronics representative. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting: None additional 7.2 Structural: None additional 7.3 Mechanical/Fluids: None additional 7.4 Electrical: None additional 7.5 Electronics 7.5.1 Provide the services of TV-DTS representative to perform testing, repairs and alignments of the ships Orbit system to include crating, shipping and installation of ACU kit upgrade, PN: 12045 consisting of new replacement ACU, SDU and IMU. Complete the TV-DTS System Certification outlined in reference 2.1.1. Contractor shall submit a written report indicating test results of reference 2.1.1. Provide a full condition report to port engineer with in 24 hrs. The contractor shall ensure the Antenna Pedestals are bonded in accordance with ref 2.1.1 with CRES "316" hardware. The contractor shall furnish bond straps. 7.5.2 Perform cleaning, tests and adjustments on the TV-DTS in accordance with the manufacturer's technical manual, Reference 2.1.1. 7.5.3 Test and operate ships' site entertainment system distribution outlets throughout ship. Inspect outlets, distribution cabling directional couplers, taps, amplifiers and splitters for incorrect connections that cause imbalance of system. Inspect for by-passed or missing components or unauthorized modifications to the distribution. For bidding purposes assume replacement of 4 (four) splitter/taps and 1 (one) amplifier 7.5.4 Using a field strength meter visit each room with a TV distribution drop to verify the signal is similar to what is being sent from main distribution unit. Report all findings to MSFSC rep within 24 hours of test being conducted. It is intended that contractor will have to walk out entire system in order to find all splices, drops, splitters, amps, TV drops, and dead ended cable. 7.5.5 Visually Inspect internal surface of television entertainment system and ancillary equipment listed under paragraph 3.0, for damage, deterioration, loose and missing or inoperative parts. 7.5.6 Upon completion of tests and adjustments demonstrate satisfactory operation of the TV-DTS system to the MSFSC REP. Contractor will provide the MSFSC REP with two (2) copies of completed reference 2.2.1 7.6 Preparation of drawings/documentation: None additional 7.7 Inspection/Test: None additional 7.8 Painting: None additional 7.9 Marking: None additional 7.10 Manufacturers Representative 7.10.1 The contractor shall engage the services of a manufacturer's representative to perform all work in this spec item and absorb all costs for same. Other representatives may be considered if they provide the MSC Electronic Rep with a signed letter of qualification from the equipment manufacturer or a certificate of training. 7.10.2 The following are suggested sources of Technical Representatives: VSD CORP LLC INC Ted Rollins 5724 Ward Ave. Virginia Beach, VA 23455 PH. (757) 271-5756 8.0 GENERAL REQUIREMENTS: None additional Enclosure 2.2.1 TV-DTS SYSTEM CERTIFICATION CHECK SHEETS Military Sealift Fleet Support Command SP64 471 East C. Street Norfolk, VA 23511 TV-DTS SYSTEM CERTIFICATION SHIP: Date of Inspection: _____________ Location of Ship: _____________ MARINE STABILIZED TV-DTS ANTENNA SYSTEM System S/N BELOW DECKS EQUIPMENT (BDE) BDE Location: (Comp. Name/Number) ABOVE DECK EQUIPMENT (ADE) ADE Location (Deck): EQUIPMENT SERIAL NUMBER Antenna Control Unit (AL-7200-3M) Uninterruptible Power Supply Servo Driver Unit (AL-7200-2-SDU) Inertial Measurement Unit (AL-7200-IMU) X/Y Pedestal (AL-7204-1) Radome (17-0502) Base (17-1347) Reflector (96732/Q) C-Band Feed Assy (18-0300) C LNB Filter C LNB (Spare) Ku-Band Feed Assy GPS Antenna Interlock Assembly SDU/IMU Cable SYSTEM PARAMETERS AL-7200-IMU-Mk IMU PPR IMU X Offset IMU Y Offset X MTR PPR NUM Y MTR PPR NUM X DEN Y DEN X RG. Offset Y RG. Offset X RG. Scale Offset Y RG. Scale Offset Z RG. Scale Offset Pedestal PPR Pedestal X Offset Pedestal Y Offset 1.0 SYSTEM STATUS (SAT/UNSAT - If UNSAT, see Comments) 1.1 INITIAL SYSTEM EXAMINATION A. Below Deck Equipment (BDE) ACU Condition: ڤ SAT ڤ UNSAT Software Version: ڤ SAT ڤ UNSAT Satfile Updated: ڤ SAT ڤ UNSAT B. Above Deck Equipment (ADE) Pedestal Condition: ڤ SAT ڤ UNSAT SDU Condition: ڤ SAT ڤ UNSAT IMU Condition: ڤ SAT ڤ UNSAT C. Control & RF Cabling Control Cables: ڤ SAT ڤ UNSAT Rack Jumpers: ڤ SAT ڤ UNSAT RF Cables: ڤ SAT ڤ UNSAT 1.2 INSPECTION COMMENTS: _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 2.0 SYSTEM GROOM A. BDE Modifications & Upgrades LCD/TFT Front Panel Cleaning ڤ SAT ڤ UNSAT Software Upgraded ڤ SAT ڤ UNSAT Satellite Database Update ڤ SAT ڤ UNSAT Filters Cleaned ڤ SAT ڤ UNSAT B. ADE Modifications & Upgrades IMU (Desiccant &/or Belt Replacement) ڤ SAT ڤ UNSAT SDU (Desiccant Replacement) ڤ SAT ڤ UNSAT X/Y Pedestal ڤ SAT ڤ UNSAT GPS Antenna ڤ SAT ڤ UNSAT C-Band Filter Assembly ڤ SAT ڤ UNSAT Antenna Tripod Alignment ڤ SAT ڤ UNSAT Interlock Assembly ڤ SAT ڤ UNSAT 3.0 PERFORMANCE TEST The following test will be conducted to verify the proper operation of the TV-DTS equipment as a functional system. Code Description SAT Installed-Acceptable UNSAT Unacceptable-Requires correction N/A Not Applicable 3.1 EQUIPMENT TEST AND VERIFICATION The test results must demonstrate that each test scenario has been completed and is in compliance with the stated objective. Indication of "satisfactory" for each test will constitute a successful test scenario. 3.2 DETERMINE COMPASS OFFSET (Difference between ship's heading and System Zero). Offset: ____ Gyro Interface Type: ____ 3.3 RECORD FOLLOWING FROM ADE IMU X Offset ____ IMU Y Offset ____ IMU PPR ____ RG-X ____ RG-Y ____ RG-Z ____ Pedestal X ____ Pedestal Y ____ Pedestal PPR ____ 3.4 POWER UP SYSTEM ڤ SAT ڤ UNSAT Open the ACU front-panel door and turn ON the power switch. Ensure that the Banner/Self-Test screen appears for a period of 10 seconds. (A 10-to-0 countdown is displayed). 3.4.1 SOFTWARE VERIFICATION List installed system application software with version information in the space below. Software Version: ________ 3.4.2 ACU Power-Up Ensure that after the self-test procedure is successfully completed, the display switches automatically to the Basic Operation screen. Verify the following: A. Compass reading corresponds to Ships Heading. ڤ SAT ڤ UNSAT B. GPS reading is accurate for Ships Present Location. ڤ SAT ڤ UNSAT C. Current mode is Standby. ڤ SAT ڤ UNSAT D. IMU Status is Unlocked. ڤ SAT ڤ UNSAT 3.4.3 System Axis Operation A. From the Basic Operation Screen press the "O" key to go to Operation Screen. B. Enter Password. (Operation Screen Appears). ڤ SAT ڤ UNSAT C. Select "M" for MAINTENANCE SCREEN. ڤ SAT ڤ UNSAT D. Select "S" for SELECT WINDOW ڤ SAT ڤ UNSAT Select Pedestal - X. ڤ SAT ڤ UNSAT E. Go to Configure mode and Verify: 1. Encoder Offset ____ 2. Encoder PPR ____ F. Go to MOD ڤ SAT ڤ UNSAT G. Select Slew. ڤ SAT ڤ UNSAT H. Slowly, Slew X-axis NEG and POS. ڤ SAT ڤ UNSAT (Checking movement of X-axis) I. Select Encoder Initialization, and Verify: 1. Zero Flashing ڤ SAT ڤ UNSAT 2. Positions Changes ڤ SAT ڤ UNSAT 3. Flashing Zero disappears ڤ SAT ڤ UNSAT J. Ensure Antenna is in 0:0 Position for X-axis. ڤ SAT ڤ UNSAT Select Pedestal -Y. ڤ SAT ڤ UNSAT K. Go to Configure mode, and Verify: 1. Encoder Offset ____ 2. Encoder PPR ____ L. Go to MOD ڤ SAT ڤ UNSAT M. Select Slew. ڤ SAT ڤ UNSAT N. Slowly, Slew Y-axis NEG and POS. ڤ SAT ڤ UNSAT (Checking movement of Y-axis). O. Go to MOD ڤ SAT ڤ UNSAT P. Select Encoder Initialization and Verify: 1. Zero Flashing ڤ SAT ڤ UNSAT 2. Position Changes ڤ SAT ڤ UNSAT 3. Flashing Zero disappears ڤ SAT ڤ UNSAT Q. Ensure antenna is in 0:0 position for X and Y-axis (ZENITH). Select IMU Alignment and verify. ڤ SAT ڤ UNSAT 1. Inclinometer X or RG-X ____ 2. Inclinometer Y or RG-Y ____ 3. RG-Z ____ R. Select IMU-X. S. Go to Configure mode, and Verify: 1. Encoder Offset ____ 2. Encoder PPR ____ T. Go to MOD ڤ SAT ڤ UNSAT U. Select Slew. (Checking movement of X axis) ڤ SAT ڤ UNSAT V. Slowly, Slew X axis Neg. and POS. ڤ SAT ڤ UNSAT W. Go to MOD ڤ SAT ڤ UNSAT X. Select Encoder Initialization and Verify: 1. Zero Flashing ڤ SAT ڤ UNSAT 2. Position Changing ڤ SAT ڤ UNSAT 3. Flashing Zero disappears ڤ SAT ڤ UNSAT Y. Select IMU-Y. ڤ SAT ڤ UNSAT Z. Go to configure mode and Verify: 1. Encoder Offset ____ 2. Encoder PPR ____ AA. Go to MOD ڤ SAT ڤ UNSAT BB. Select Slew. ڤ SAT ڤ UNSAT CC. Slowly, Slew Y axis NEG and POS. ڤ SAT ڤ UNSAT (Checking movement of Y axis). DD. Go to MOD ڤ SAT ڤ UNSAT EE. Select encoder Initialization and Verify: 1. Zero Flashing ڤ SAT ڤ UNSAT 2. Position Changing ڤ SAT ڤ UNSAT 3. Flashing Zero disappears ڤ SAT ڤ UNSAT FF. Ensure IMU is in 0:0 position for X and ڤ SAT ڤ UNSAT Y axis. GG. Press the "Esc" key and return to the operation screen. ڤ SAT ڤ UNSAT 3.5 OPERATIONAL CONFIGURATION A. Press the "T" key for System Configuration. ڤ SAT ڤ UNSAT Compass Setup 1. Select correct Gyro type. ________ 2. Enter Compass Offset. ________ 3. Enter Filter value (normally 1) ڤ SAT ڤ UNSAT B. Press the "S" key to select a Satellite. ڤ SAT ڤ UNSAT C. Select desired Satellite. (Listed below are satellites with receivers normally supplied to copy signal) C band 21.5 Deg. West AFRTS Ku Band 100 Deg. West DSS C Band 180 Deg. West AFRT D. Select Desired Tracking Channel. ________ Select "M" to go to Maintenance Screen. ڤ SAT ڤ UNSAT Select "S" to Select Receiver. ڤ SAT ڤ UNSAT Verify the following: 1. Tuner Used ________ 2. Channel Frequency ________ (Calculate frequency required for selected Satellite and Channel) 3. LNB Voltage DISABLED 4. Band Width (18 MHz) ڤ SAT ڤ UNSAT 5. Band (C or Ku). C- BAND E. Verify correct feed assembly on the antenna (C-Ku). ڤ SAT ڤ UNSAT 3.6 SATELLITE ACQUISITION 3.6.1 AUTOMATIC OPERATION A. Press the "O" key and Select Restart and Verify: 1. System Performing an Automatic Restart. a. System Mode: Encoder Initialization is being performed. (Last up to 40 Seconds). 1. Antenna (X and Y axis) is moved to the 0:0 (ZENITH) Position. 2. IMU Achieves 0:0 Position. b. System Mode: Changes to IMU Initialization. (Lasts 240 - 360 Seconds). IMU Status chances from unlocked to locked. System mode will then change to Point-to -Satellite, then to acquire if a an AGC signal is achieved above the set threshold mode will then change to Step-track. If a picture was achieved on the TV at this time the system offset is relatively close. Perform the following checks to fine tune the Compass offset. c. Mode: select Point-to-Satellite. Verify the following: 1.Antenna Target Az. = _____, El. = _____ 2.Antenna position changes in Azimuth and Elevation. When Antenna Target is achieved, Antenna Stops. ڤ SAT ڤ UNSAT d. AGC level _____ e. Change mode to STEP-TRACK system should search for the Highest AGC level at the selected tracking frequency. The AGC reading should be above the threshold setting if not reset threshold to 2 to 3 dB below AGC if a picture has be received. 2. Picture on TV Monitor present. ڤ SAT ڤ UNSAT (Press menu on Power-Vu for system status) a. Record BER _____ b. Record Signal Level _____ c. Record AFC _____ 3.7 AUTOMATIC RESTART A. After achieving a satisfactory picture on the monitor. 1. Change system to Auto Restart mode. 2. Determine a new stow position if required X = ____ AND Y =_____ 3. Verify operation and settings for the following modes in both C and Ku band operation: a. Step-Track b. Search c. Box Scan 4. Verify the following system settings a. Satellite Database set for (1) C and Ku operation (2) Minimum elevation 10 Deg b. GPS default location set to present ships location 5. Save: System, Maintenance, and Operation. 6. Stow Antenna. 7. Back-Up configuration to 3.5" floppy disk. 8. Restart system and verify Automatic Operation sequence from Basic Operations screen. a. Mode: Encoder initialization (40 seconds) b. Mode: IMU initialization (240-360 seconds) c. IMU Status: IMU locked d. Mode: Point-to Satellite e. Mode: Acquire f. Mode: Step-track 9. Picture/Lock Achieved ڤ SAT ڤ UNSAT 10. Antenna Deviation. _____ 4.0 FINDINGS/OBSERVATIONS: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ FE Name: _________________________ FE Signature: _________________________ [Additional Comments on Back of Inspection Sheet] The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 27 January 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7263/listing.html)
- Record
- SN02661381-W 20120127/120125235153-9fdbc70b8dcad3a9bac9930a3a797cbe (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 |