SOLICITATION NOTICE
20 -- MSD/SO2 Control Panels
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-7707
- Archive Date
- 9/27/2012
- Point of Contact
- Tommy A. Hale, Phone: 7574435880
- E-Mail Address
-
tommy.a.hale@navy.mil
(tommy.a.hale@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-7707, 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 2005-60, effective 26 July 2012. NAICS code 335313 applies. This is a small business set-aside. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for USS PONCE for the following services: 1.0 ABSTRACT Manufacture a MSD Relay Control Panel, Eddie Pump Local Relay Panel, and SO2 Relay Control Panels. 2.0 REFERENCES/ENCLOSURES References: 2.1 MSC Dwg No 302-8392090, MSD SEWAGE SYSTEM ELECTRICAL MODS 2.2 IEEE-45 IEEE Recommended Practice for Electrical Installation on Shipboard 2.3 ABS SVR ABS Steel Vessel Rules 2.4 MSC General Technical Requirements (GTR) Drawing 803-7081122 2.5 MSC Dwg No 300-8392424, Sulfur Dioxide (SO2) Gas Detection System Installation 2.6 Enclosure 1, SO2 Remote Alarms 2nd Deck 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location/Quantity: 3.1.1 Description: 3.1.1.1 Fabricate one MSD relay control panel and one Eddy Pump local relay panel. 3.1.1.2 Fabricate two SO2 relay control panels and alarm systems for 2nd deck crew spaces 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Equipment: None 4.2 Government Furnished Material: None 4.3 Government Furnished Services: None 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier, must consult the General Technical Requirements 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 through 7, 25, 28, and 29. 5.2 Performance Location: 5.2.1 Contractors facility 5.3 POC: Military Sealift Command Rep(s), William Armstrong 757-443-3958 and James Williams 757-374-0200 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 The contractors quality assurance plan shall be invoked for all aspects of this work item. 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: 7.4.1 MSD 7.4.1.1 Fabricate item 12, quantity one (1) MSD Relay Control Panel as shown on sheets 7 through 11 of Reference 2.1. Contractor is to furnish items 30 through 50 or equal for use in fabrication. 7.4.1.2 Fabricate item 13, quantity one (1) Eddy Pump local relay panel as shown on sheets 12 through 13 of Reference 2.1. Contractor is to furnish items 51 through 59 and 61 or equal for use in fabrication. 7.4.2 SO2 7.4.2.1 Fabricate item 8, quantity two (2) SO2 Relay Control Panel of Reference 2.6. 7.4.2.1.1 Each relay panel shall have the following salient characteristics: -NEMA 3R enclosure -120V relay -8"x8"x6" -nylon cable connectors -nameplate label 7.4.3.2 Contractor is to furnish items 1, through 8, or equal for use in fabrication. 7.4.3.2.1 Each pair of alarm lights, bells and switches are to be assembled, connected to a relay panel and bench tested as a separate system, one for Ammunition Hold 5 and one for Ammunition Hold 6. 7.4.3.2.3 After successful bench test, assemblies are to be, disconnected a carefully packed as one kit marked SO2 ALARM SYSTEM, specifically on the outside in 3 inch letters on all six sides of the packing box. 7.4.3.2.4 Labels and nameplates are to be furnished using Reference 2.6. Labels, quantity two (2) each, shall be made of Detail 37-A, Detail 35-A, and 33-A. Relay nameplate, quantity two (2), shall be made using Detail 39-C. 7.4.4 Contractor shall deliver 7.4.1 and 7.4.2 no later than 10 October, 2012 to MSC Facility in Norfolk, VA. (9276 Third Ave, Bldg LP-26, Naval Station Norfolk, VA 23511) 7.5 Electronics: None Additional 7.5.1 Preparation of Drawings: None Additional 7.5 Inspection/Test: 7.5.2 The contractor shall configure and test the new control panel and relay panels at contractor's facility. Test results shall be documented and supplied to the MSC representative. Testing shall occur two (2) days after construction of panels are complete and notify MSC Rep(s) one (1) day prior to testing. 7.5.3 Testing shall be conducted at the contractor's facility and witnessed by the MSC Rep(s). 7.5.4 After satisfactory testing and approval in the presence of MSC Rep(s), the contractor shall package and crate the equipment and deliver to MSC within two (2) working days to the address in Section 7.4.4. 7.6 Painting: 7.6.2 Contractor shall paint the new panels and apply two topcoats of paint per MSC GTR 7. (Reference 2.4) 7.7 Marking: 7.7.2 The contractor is to provide and install new identification plates identifying newly installed equipment per MSC GTR 29. (Reference 2.4) 7.8 Manufacturer's Representative: 7.8.2 Provide the services of an authorized representative/facility to perform all tasks outlined in this work item. 8.0 GENERAL REQUIREMENTS None Additional The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 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.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 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 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 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, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 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 12 September 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to tommy.a.hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. 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. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (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 WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by 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 Central Contractor Registration at https://www.acquisition.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 must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Commercial Invoice (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government (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 Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Not applicable (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. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "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 in DFARS 252.232-7006. 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 Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) 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/notices/03e0c7e8bc2afb863fc17f7f87764a3d)
- Place of Performance
- Address: Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02873025-W 20120909/120908001218-03e0c7e8bc2afb863fc17f7f87764a3d (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 |