SOLICITATION NOTICE
20 -- Separator Instalation
- Notice Date
- 7/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-7558
- Archive Date
- 8/7/2012
- 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-7558, 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 2005-58, effective 18 May 2012. NAICS code 334513 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Humphreys for the following services: The requested period of performance for the below service is 12 August - 22 September 2012. 1.0 ABSTRACT: 1.1 This item describes the replacement of the Sigma Oily Water Separator Model: S1-25(A) with the Westfalia Separator WSD 18 Bilge Master "D" 2000 System. 2.0 REFERENCES: 2.1 NAVSEA Drawing #521-5904899 Rev. G, Fire, Bilge, Ballast & Oily Water System Separator Package 2.2 NAVSEA Drawing #529-5904970 Rev. D, Eng Room Bilge and Ballast System and Vacuum Priming System 2.3 GEA Westfalia Separator Drawing #'s Q402000001-9900-PID000 (P&ID) and Q402000001-9900-LAY001 (General Arrangement) 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity 3.1.1 Location: Main Engine Space (4-60-0), 10'-9" Grating Level, stbd side 3.1.2 Performance location: Bahrain 3.2 Item Description/Manufacturer's Data 3.2.1 Bill of Materials (all items are approximations) AIR LINE PC NO. QTY DESCRIPTION 1 30 ft ¼" st.st. tubing 2 Misc ¼' coupling & fittings (st. st. R ¼" DIN 2353 (or equivalent) Cold Potable Water Line PC NO. QTY DESCRIPTION 1 30 ft ¾" steel pipe 2 1 ea 1" x ¾" reducer 3 3 ea ¾" 90 ell 4 2 ea R ¾" EN 10242 5 1 ea ¾" x ¼" reducer 6 2 ea R ¼" EN 10241 7 5 ft. ¼" steel pipe 8 1 ea ¾" x ¾" x ¼" tee Steam Inlet PC NO. QTY DESCRIPTION 1 30 ft ¾" piping 2 2 ea ¾" flanges 3 2 ea ½" DIN 2633 flanges 4 Misc. fittings Condensate Outlet PC NO. QTY DESCRIPTION 1 30 ft ¾" piping 2 2 ea ¾" flanges 3 2 ea ¾" DIN 2633 flanges 4 Misc. fittings Oily Waste (Bilge Water) Inlet PC NO. QTY DESCRIPTION 1 1 ea 2 ½" x 2" Reducer 2 1 ea 2 ½" flange 3 15 ft 2" piping 4 4 ea 2" 90 ell 5 2 ea DIN 50 2633 flanges Oily Waste (Bilge Water Return) Recirculation back to tank PC NO. QTY DESCRIPTION 1 4 ea DN 25 2633 flanges 2 10 ft. 1" pipe 3 8 ea 1" 90 ell 4 1 ea 1" tee 5 2 ea 1" flanges Clean Water Outlet (Processed Water Outlet) PC NO. QTY DESCRIPTION 1 2 ea DN 25 2633 flanges 2 10 ft 1" pipe 3 4 ea 1" 90 ell 4 2 ea 1" flanges 5 1 ea 1" x 1-1/2" reducer Light Phase Discharge (Oil Discharge to Waste Oil Tank) PC NO. QTY DESCRIPTION 1 2 ea DN 25 2633 flanges 2 4 ea 1" 90 ell 3 10 ft 1" Pipe 4 2 ea 1" flanges Sludge Discharge from STU (to Waste Oil Tank) PC NO. QTY DESCRIPTION 1 1 ea R ½" EN 10242 2 1 ea ½" x 1" reducer fitting 3 10 ft 1" pipe 4 4 ea 1" 90 ell 5 1 ea 1" tee Bilge System STU Vent (to Oily Waste Tank/Bilge Vent) PC NO. QTY DESCRIPTION 1 2 ea st. st. clamp for DIN 50 hose 2 10 ft 2" pipe 3 10 ft. DIN 50 flexible hose Miscellaneous Drains from the Bilge System (4 locations to drain to Waste Oil Tanks 1 3 ea DN 20 shut off valves 2 20 ft. ½" pipe 3 3 ea. ½" x 1" reducers 4 misc. fittings 3.2.2 Quantities are considered estimates. The contactor shall provide exact quantities and additional material such as miscellaneous pipe fittings, elbows, caps, valves, pipe hangers, weld material, cable hangers, cable tags, bus work, etc., which are not included in the Bill of Materials, in order to install a fully functional system, which meets the requirements of this specification. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Government Furnished Equipment 4.1.1 Qty One (1) Oily Water Separator, Westfalia Separator WSD 18 Bilge Master "D" 2000 Bilge Water System, delivered on four (4) modular skids. The (4) skids will be completely assembled, bolted, flanged and wired together into one (1) overall complete assembly. If required, the unit can be shipped in individual components or disassembled on site prior to lowering into engine room. If disassembly is required, reassembly must be completed once in place. A OEM representative shall be on-site if this is to be performed. 4.2 Government Furnished Services (GFS): Government will provide a field service engineer for breaker maintenance, technical assistance and advice to the MSCREP 5.0 NOTES: 5.1 The contractor and all subcontractors, regardless of tier, shall consult the General Technical Requirements (GTRs) 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 GTRs, including but not limited to: GTRs 1 through 7, 22, 23, 24, 25, 28, and 29. 5.2 The contractor and subcontractors, regardless of tier are advised to review all other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Arrangements/Outfitting 7.1.1 Removal of the Stigma System: a. Shut off and tag all electrical power to the system. b. Drain all sections of the Stigma Oily Water System before disconnecting any piping. c. Temporarily remove deck plates from the 10'-9" grating level in the Engine Room (4-60-0), stbd side, in way of the Stigma Oily Water Separator unit, approx. between frames 68-72. d. Remove all required piping and support brackets utilized in the Stigma Oily water system, for the installation of the new Westfalia Model WSD 18, Oily Water Treatment System. 7.1.2 Modifications a. Modify deck plates in way of new Westfalia Separator WSD 18 Bilge Master 2000 system arrangements and piping penetrations. Provide hinged access hand holes to reach any valves below the grating level. Please note that all connections to the new system should be located on the outboard side of the new unit. 7.1.3 Installations a. Install modified deck plates in way of new Westfalia Separator WSD 18 Bilge Master 2000 system. 7.2 Structural 7.2.1 Installations a. Install 3" x 3" x 1/4" minimum size angle structural support under the grating support structure in way of the new oily water separator skids installed in 7.3.2. The structural angle support must be installed such that each module of the complete WSD 18 Bilge Master "D" 2000 System, as outlined in the drawings of Sect. 2.4, is continuously supported about the perimeter of each module. 7.3 Mechanical/Fluids 7.3.1 Removals a. Remove 2 ½" Oily Waste Holding Tank suction line piping from simplex strainer to the (refer to Sects. 2.1, 2.2 & 2.3), Sigma oily water separator Model: S1-25(A) located on the 10'-9" grating level in the engine room, stbd side. Remove piping but leave intact the inlet strainer and manual valve. The strainer and valve will remain intact for reuse in 7.3.2.b. b. Remove any seawater flushing lines to the Sigma oily water separator Model: S1-25(A) to below deck level. Seawater will not be required with the Westfalia Separator WSD 18 Bilge Master "D" 2000 System. c. Remove drain piping from the Sigma oily water separator Model: S1-25(A) (refer to Sects. 2.1, 2.2 & 2.3) to the waste oil tank. Re-route the piping to below deck and to the outboard side of the engine room to be re-piped for the Westfalia Separator WSD 18 Bilge Master System's sludge transfer pump's discharge connection 92.1 and module skid drains 93.1, 93.2 & 93.4 (refer to Sect. 2.4 P&ID and Installation drawing). d. Remove 1" x 3" reducer discharge piping from the Sigma oily water separator Model: S1-25(A) to the waste oil tank to just below the deck plate level (see Photo 3 and refer to Sects. 2.1, 2.2 & 2.3). Re-route the piping to below deck and to the outboard side of the engine room to be re-piped for the Westfalia Separator WSD 18 Bilge Master 2000 System's light phase discharge connection 13 (refer Sect. 2.4 P&ID and Installation drawing). e. Remove the 1 ½" processed water outlet from the Sigma oily water separator Model: S1-25(A) to the clean water effluent overboard discharge piping (refer to Sects. 2.1, 2.2 & 2.3). Re-route the piping to below deck and to the outboard side of the engine room to be re-piped for the Westfalia Separator WSD 18 Bilge Master "D" 2000 System's clean water outlet's discharge connection 11.3 (refer Sect. 2.4 P&ID and Installation drawing). f. Remove the 1" recirculation line from the Sigma module to the oily waste oil tank (refer to Sects. 2.1, 2.2 & 2.3). Re-route the piping to below deck and to the outboard side of the engine room to be re-piped to the Westfalia Separator WSD 18 Bilge Master "D" 2000 System's bilge water return to bilge tank discharge connections 12 & 95 (refer Sect. 2.4 P&ID and Installation drawing). g. Remove all inter-connecting piping between the Sigma oily water separator Model: S1-25(A) modules, control module and Spir-O-Later rack (refer to Sects. 2.1, 2.2 & 2.3). h. Remove Sigma oily water separator Model: S1-25(A) oily water separator module, control module (refer to Sects. 2.1, 2.2 & 2.3.) 7.3.2 Installations a. Install new Westfalia Separator WSD 18 Bilge Master "D" 2000 System. Module skids to be arranged fore to aft, with the control panel module being located forward and the feed pump/heater module to be located aft. Continuous support of all modules around their individual perimeters is required. Use Refs 2.1, 2.2, and 2.4 as guidance. b. Install 2 ½"x 2" reducer, and 2" piping, flange, fittings and DIN 50 2633 flanges between the oily waste holding tank suction piping at duplex strainer outlet outboard to the bilge water inlet flange n the bilge master feed pump module. Use Refs 2.1, 2.2, and 2.4 as guidance. c. Install 3"x 1" reducer, 1" piping, 1" flanges and fittings, DN 25 2633 flanges between the light phase discharge flange on the separator module and the discharge piping to the waste oil tank. Use Refs 2.1, 2.2, and 2.4 as guidance. d. Install 1½"x 1" reducer, and 1" piping, flange, and fittings, DN 25 2633 flanges between the clean water outlet flange connection 11.3 on the bilge master's overboard filter module and the clean effluent overboard piping. Use Refs 2.1, 2.2, and 2.4 as guidance. e. Install 1" piping, flange, fittings and, DN 25 2633 flanges from the bilge water return to bilge tank discharge connections to tie into the existing 2"x2"x 1" reducing tee between the 40' Level and the oily waste holding tank. Use Refs 2.1, 2.2, and 2.4 as guidance. f. Install R ½" EN 10242 fitting, ½" x 1" reducer fitting and miscellaneous 1" pipe and fittings to connect the sludge transfer pump discharge connection to the waste oil tank drain line connection. Use Refs 2.1, 2.2, and 2.4 as guidance. g. Install shut off valves, DN 20 for each of the three drain connections. If customer wishes to pipe these drains to the waste oil tank, then in addition use 1/2" pipe, (3) ½"x 1" reducers, and miscellaneous fittings to route the drains of these three modules with the drain piping to the oily waste holding tank. Use Refs 2.1, 2.2, and 2.4 as guidance. h. Route air line from nearest ship's compressed air line to the compressed air inlet connection on the Westfalia Separator Bilge Master "D" 2000 System. Use miscellaneous pipe and fittings as described in Sect. 3.2.1 above. Refer to Sects. 2.1, 2.2 & 2.4. i. Route cold potable water line from the nearest ship's water line and branch off to the R3/4" water line connection 09.1 (on centrifuge module) and the R1/4" water line connection 09.2 (on feed pump module). Use miscellaneous pipe and fittings as described in Sect. 3.2.1 above. Refer to Sects. 2.1, 2.2 & 2.4. j. Route steam line from the nearest ship's steam/condensate station (located near the forward end of starboard side of main engine) to steam inlet connection on feed pump/heater module. Use miscellaneous pipe and fittings as described in Sect. 3.2.1 above. Refer to Sects. 2.1, 2.2 & 2.4. k. Connect condensate line from condensate outlet connection on feed pump/heater module back to the steam condensate station. Use miscellaneous pipe and fittings as described in Sect. 3.2.1 above. Refer to Sects. 2.1, 2.2 & 2.4. l. Connect sludge tank air vent outlet to ship's bilge water/oily waste vent line. Use miscellaneous pipe and fittings as described in Sect. 3.2.1 above. Refer to Sects. 2.1, 2.2 & 2.4. 7.4 Electrical 7.4.1 Removals a. Disconnect all power to Sigma oily water separator Model: S1-25(A), completely. b. Remove all required electrical cabling. 7.4.2 Installations a. Connect 440V, 60 Hz, 3-phase power to the new Westfalia Separator WSD 18 Bilge Master "D" 2000 System. b. Contractor to provide one (1) 35 Amp circuit breaker, one (1) Junction Box, and extra cabling to extend power cable. 7.5 Electronics: 7.5.1 Government Furnished Representative from TANO to perform the following: a. With the new OWS system installed the ERC alarms and controls needed to be interfaced with the new equipment. Reused the old OWS M10 cable for the new controls. Reuse the Malfunction Alarm and Oil Content Detected Alarm cables b. TANO rep to provide the required five relay I/O module, consisting of two 24VDC relays and three 24VAC relays I mounted it in the 1J1 surface of the ERC. c. TANO rep to mounted two 12 term terminal boards below the relay I/O. Connect the I/O circuit wiring and interfaced it with the original ship's cables. d. TANO provide a green color alarm on the Ship's Control Console that will track the OWS Overboard Discharge Enable function of the new OWS system. e. Use conductors in cable MPP24 that runs between the ERC and SCC to link the new relay I/O contacts with the new alarm card (79A1070) we installed in 2F5A1-X18. f. TANO to set the logic for this card with the basket program switches and test to ensure proper operation. g. TANO to provide 1 EAO maintained type, push on, push off type Emergency stop pushbutton to replace the EAO 704-950-0 momentary pushbutton. 7.6 Preparation of Drawings 7.6.1 Prepare new CAD drawings of the following drawings showing all new and modified installation accomplished by this work item: a. MSC Drawing #521-5904899 Rev. G, Fire, Bilge, Ballast & Oily Water System Separator Package b. MSC Drawing #529-5904970 Rev. D, Eng Room Bilge and Ballast System and Vacuum Priming System c. Provide three copies of the OWS unit's tech manual to the MSC rep. 7.7 Inspection/Test 7.7.1 Inspections a. The contractor is responsible for notifying all applicable regulatory bodies of scheduled testing. Failure to obtain regulatory body representatives to witness testing, trial, or inspection shall require rescheduling the test, trial, or inspection the Contractor's expense. b. Inspect all hot work prior to applying paint. 7.7.2 Tests a. Perform a hydrostatic test of all new and modified pipes. Test all pipes at 150% of the working pressure in the pipe or 50 psi whichever is greater. Test liquid carrying pipes with clean water or service fluid. b. Perform a completion test proving that all aspects of the work item have been completed. All equipment, piping, electrical, deck coverings, overheads, etc. is installed and tested and proves the compartment is complete and ready for service. c. New OWS unit needs to be commissioned by manufacture's rep. d. OWS unit is to be operationally tested to the satisfaction of the MSC Rep, CHENG and ABS. 7.8 Painting a. Clean, Prime, and Paint all new and modified surfaces to match surrounding surfaces using GTR 7 as guidance. 7.9 Marking a. Install nameplates, notices, and markings for all new and modified systems using GTR 29 as guidance. 7.10 Manufacturer's Representative 7.10.1 Government will provide the services of the OEM factory authorized tech rep to verify proper installation and start-up. 7.10.2 The OEM authorized tech rep shall be employed to attend ALL required and scheduled inspections and testing (per paragraph section 7.7) during the performance of this work item, AND be in attendance during scheduled Dock Trials. 8.0 GENERAL REQUIREMENTS: 8.1 All areas involved in work or traversed by workers or equipment shall be left clean and in good order. All waste matter resulting from cleaning and flushing of the system shall be collected in suitable containers provided by the Contractor and shall be disposed of in strict compliance with current U.S. Government, state and local antipollution and public health regulations. 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, https://www.acquisition.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 23 July 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. MSC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (APR 2012) To implement DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), Military Sealift Command (MSC) utilizes Wide Area WorkFlow (WAWF) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents, if applicable, electronically. The Contractor is required to utilize this system when processing invoices and receiving reports, if applicable, under this contract/order, unless an exception at DFARS 252.232-7003(c) applies. The Contractor shall: (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration (CCR) at http://www.ccr.gov. (ii) register to use WAWF at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. (iii) ensure review of the MSC WAWF Vendor Guide, available at the MSC site http://www.procurement.msc.navy.mil under the references section. In the event you have WAWF questions, contact the MSC WAWF point of contact (POC) at MSCHQ_WAWF@navy.mil. NOTE: The POC identified above is for WAWF issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to who questions are to be addressed. The Contractor is directed to use the Commercial Invoice format when processing invoices and receiving reports, if applicable. 0 This contract/order DOES require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor IS required to process receiving reports in WAWF under this contract/order. 1 This contract/order does NOT require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor is NOT required to process receiving reports in WAWF under this contract/order. The information contained in the table below is for WAWF purposes only. If any information included in these instructions, e.g., Ship to DoDAAC, contradicts information elsewhere in this contract, those other terms shall take precedence for any matter other than invoicing and receiving reports, if applicable. When entering the invoice into WAWF, the Contractor shall fill in the following DoDAAC fields or DoDAAC extensions exactly as shown in the table below. Fields that should not be filled in when entering the invoice into WAWF will be indicated below with the direction, "Leave Blank." WAWF Routing Table Contract Number To Be Determined Delivery Order To Be Determined Cage Code/Ext To Be Determined Pay DoDAAC N40442 Issue Date To Be Determined Admin By DoDAAC N40442 Issued By DoDAAC N40442 Ship To Code/Ext N62387 Ship From Code/Ext Leave Blank LPO DoDAAC Leave Blank Acceptor Email Address Leave Blank Inspect By DoDAAC/Ext Leave Blank In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table above. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the acceptor's/receiver's email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) 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-7558/listing.html)
- Record
- SN02806327-W 20120719/120718000854-a619c9e9e670981771558c1da80b9f43 (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 |