SOLICITATION NOTICE
20 -- Propeller Shaft Service - Sole Source
- Notice Date
- 10/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- 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
- N32205-13-T-3221
- Archive Date
- 11/8/2012
- Point of Contact
- James R. Wood, Phone: 7574433974
- E-Mail Address
-
James.Wood4@navy.mil
(James.Wood4@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Preller Shaft Service 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 N32205-13-T-3221, 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 2005-61, effective 13 September 2012. NAICS code 488390 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a sole sourced firm fixed price purchase order to Wartsila Defense for Propeller Shaft Service in support of USNS Washington Chambers. Any offer for other than Original Equipment Manufacturer (OEM) will not be considered The requested period of performance for the below service is 07 NOV - 22 NOV 2012. 1.0 ABSTRACT 1.1 This item describes the installation of a remote passive propulsion shaft grounding test connection and propulsion shaft brush rigging relocation. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 T/M S9243-BY-MMA-010/3AB25, Maintenance Manual for 200 Amp Electronic Grounding Unit 2.1.2 MSC Drawing No. 320-8391519 Rev -, T-AKE Shaft Ground Modification Electrical 2.2 Enclosures 2.2.1 Enclosure SO-13-002-1, T-AKE Passive Shaft Ground Current Shunt Installation Guide 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Shaft Alley 5-79-0 3.1.2 Quantity: One (1) each, Shaft Grounding Unit 3.2 Item Description/Manufacturer's Data Manufacture: WR Davis Engineering Limited Model: Electronic Grounding Unit DE4430 NSN: 7GH5998-01-421-2296 Input Power: 115V AC 60 Hz 3Ph Ungrounded Output Current: 0-200 A Output Voltage: 0 to -4 VDC 3.2.1 Bill of Materials Note: The following items were purchase from the OEM by the government under a "Class Buy" and are presently stored at the OEM's facility. They are listed in this service order as "Contractor Provided Materials" only to task the contractor to provide/deliver the materials to the vessel for installation as described in this service order. Contractor Provided Materials (CFM) Description Specification QTY Shaft Grounding Brushes Wartsila Part No. 31167-5 12 ea DC Current Shunt Granger Item No. 1X075 1 ea Electrical Enclosure Granger Item No. 2HRX6 2 ea Red Test Lead Connector Granger Item No. 1Z034 1 ea Black Test Lead Connector Granger Item No. 1Z036 1 ea Electrical Wire, stranded 2 Conductor, 14-16 AWG 50 ft (approx) Ground Wire Lugs Connect Ground Wire to Shunt 2 ea Signal Wire Lugs Connect 14-16 AWG to shunt 2 ea Wire Penetration Glands Enclosure Cable Connections 4 ea 3.2.2 Quantities are considered estimates. The Contractor shall provide the exact quantities and additional material such as miscellaneous fittings, cable hangers, cable tags, 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: 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. 5.2 The contractor and all subcontractors, regardless of tier are advised to review 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 MSC Standard Work Item No. 001 Intent, Scope, General Requirements, and Definitions. 5.3 Performance Period: 07 Nov, 2012 thru 20 Nov, 2012 5.4 Performance Location: Oman Drydock Company (ODC) Shipyard, Duqm, Oman 5.5 Point of Contact Information: Ornie A. McCoy Principal Port Engineer USNS WASHINGTON CHAMBERS (T-AKE 11) Office: (757) 443-0881 Cell: (757) 434-2832 E-mail: ornie.mccoy@navy.mil Scott Finocchiaro Port Engineer (Attending) SSU Bahrain Office: Cell: E-mail: Scott.Finocchiaro@me.navy.mil 5.6 The contractor shall provide an access list of all personnel boarding the ship. 5.6.1 The access list shall include the following information: a. Name of Company b. Persons Full Name c. Social Security Number (Last Four Digits), Passport Number, or Naturalization Number d. Place of Birth e. Date of Birth f. Nationality (Country Listed on Passport) g. Title, Rating, or Position h. Name of Ship Attending i. Reason for Visit j. Dates Requiring Access 5.6.2 The access list shall be faxed or e-mailed (preferred), on company letterhead, to Port Engineer (Attending) for submittal. 5.7 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area without proper authorization. 5.8 THE USNS WASHINGTON CHAMBERS ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE ENERGIZED UNTIL TESTED AND PROVEN OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DE-ENERGIZED PRIOR TO WORKING ON THE ITEM. 5.9 All welding shall be in accordance with ABS rules for building and classing steel ships. 5.10 All electrical cables and components shall be installed in accordance with the IEEE STD 45 Latest Rev. 5.11 All shipboard lock out/tag out procedures shall be followed by the contractor. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting: None additional. 7.2 Structural: None additional. 7.3 Mechanical/Fluid: None additional. 7.4 Electrical 7.4.1 Removals a. Provide the services of the shaft grounding manufacturer's technical representative to oversee all work being performed to remove, reinstall, and test the shaft grounding system. b. Clean and gas free affected enclosed spaces per local procedure as approved by the ship and/or MSCREP. c. The contractor shall perform a ship check to retrieve accurate measurements and information before conducting work. d. Electrically disconnect the shaft grounding brushes as required. e. Remove shaft grounding brush foundations, brush holders and brushes. 7.4.2 Modifications/Relocations a. Relocate/re-orientate the shaft grounding brush foundation along the shaft in the following manner: Top (Vertical), Stbd (Horizontal), and Port (Horizontal) using References 2.2.1 and 2.1.2 as guidance. 7.4.3 Installations a. Reinstall the shaft grounding brush foundation and brush holders using References 2.2.1 and 2.1.2 as guidance. b. Install new shaft ground system brushes. c. The manufactures technical representative shall ensure that the shaft grounding brush foundation, brushes, and brush holders are installed properly and that the shaft grounding slip rings are in good condition. d. Install a shunt in series with the passive shaft ground cable on the lower level of shaft alley near the passive ground cable using References 2.2.1 and 2.1.2 and Enclosure 2.2.1 as guidance. e. Install a remote connection test box and associated cabling, supports using References 2.2.1 and 2.1.2 and Enclosure 2.2.1 as guidance. The remote connection test box is to be located on the upper level of shaft alley (near the phone booth). f. The manufacture's technical representative shall verify that the shaft grounding system is installed in the correct manner using References 2.2.1 and 2.1.2 and Enclosure 2.2.1 as guidance. g. The manufacture's technical representative shall check the equipment's electrical cabling and connections using References 2.2.1 and 2.1.2 and Enclosure 2.2.1 as guidance, to verify that the system is installed correctly and fully operational/functional. The manufacture's technical representative shall make any and all adjustments to provide a fully functional system. 7.5 Electronics: None additional. 7.6 Preparation of Drawings/Documents 7.6.1 Contractor shall submit a final detailed inspection/condition report which, at a minimum shall include the following: a. "As Found" condition, meaning the condition which was found upon close inspection by an individual with knowledge of the item(s) in question. It is intended that the observations will find all relative conditions, both those requiring repairs and those not. The contractor will report all conditions, normal and degraded. When reporting "As Found" condition the information shall be stated, clearly and concisely. Identify actual readings/dimensions taken. Include annotated sketches, graphs, and photographs when necessary. b. "As Released" condition, meaning the condition of the item that exists at the time it is returned to the government. Include annotated sketches, graphs, and photographs when necessary. Identify actual readings/dimensions taken. Include a summary of work accomplished by the contractor and any corrective actions taken to address any known degraded conditions or discrepancies. List any additional recommended repairs that may be required due to degraded conditions or discrepancies that could not be addressed during this survey. 7.6.2 Contractor shall submit three (3) legible, bound, hard (paper) copies and one (1) electronic copy of the final detailed inspection/condition report to the MSCREP. The electronic copy of the report shall be submitted in (.pdf) format. 7.7 Inspection/Testing 7.7.1 The manufacturer's technical representative shall make final adjustments to the system and perform an operational test in the presence of MSCREP and/or Chief Engineer. 7.8 Painting 7.8.1 Paint all new and disturbed surfaces to match surrounding surfaces. 7.8.2 Machinery space paint shall be an alkyd based SOLAS compliant fire retardant coating as approved by the USCG. Amercoat 5105 is a single component flat finish alkyd prime for interior use that can be top coated with Amercoat 5450 which is a SOLAS Compliant fire retardant coating. Do not use these alkyd base paints in areas subject to immersion or prolonged standing water. 7.9 Marking 7.9.1 Install nameplates, notices, and markings for all new and modified systems or areas. 7.10 Manufacturer's Representative 7.10.1 The equipment addressed in this Statement of Work (SOW) is categorized as critical equipment in accordance with MSC policy on the classification of critical shipboard systems and equipment. Only Original Equipment Manufacturer (OEM) authorized technical field service representatives and OEM parts shall be used to accomplish the requirements of this SOW for this critical equipment including oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation and testing as applicable 7.10.1.1 An OEM authorized technical field service representative is defined as either a direct employee of the OEM, or an employee of a company which has a current written agreement with the OEM to provide service and repair for that equipment. The OEM authorized technical field service representative shall have full access to the OEM drawings, technical service bulletins, special tools and OEM replacement parts. The OEM authorized technical field service representative shall provide documentation from the OEM authorizing the company to perform maintenance and repair on their behalf. 7.10.1.2 The OEM authorized technical field service representative to support this work item is Wartsila Defense, Inc. The identification of an OEM authorized technical field service representative herein is provided for reference and informational purposes only and does not constitute or imply an endorsement, recommendation, or favoring by the United States Government. 7.10.2 Provide the services of a manufacturer's technical representative during installation testing and repairs. 8.0 GENERAL REQUIREMENTS: None additional. ENCLOSURE SO-13-002-1 T-AKE PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION GUIDE Purpose: Provide the crew with the ability to monitor the current in the passive shaft ground wire from the upper level of Shaft Alley (5-79-0) using a fluke meter. Installation: 1. Reference 2.1.2 is the approved wiring diagram for this installation. A simplified wiring diagram is included as part of this enclosure. 2. Mount shunt in one enclosure (document the current and signal values of the shunt installed). The enclosure is to be mounted near the shaft. 3. Install one signal wire penetration gland in shunt enclosure. 4. Install two ground wire penetration glands in shunt enclosure. 5. Mount shunt enclosure near the existing passive shaft ground wire. 6. Wire passive shaft ground wire to shunt. 7. Wire signal wire to shunt (Red and black conductor positions are (critical). 8. Install red and black test lead connectors in the output enclosure. 9. Install one signal wire penetration gland in output enclosure. 10. Mount output enclosure near the phone booth on the upper level of Shaft Alley (5-79-0). 11. Run signal wire from shunt enclosure to output enclosure. 12. Wire signal wire to test lead connectors (Red and black conductor positions are critical). ENCLOSURE SO-13-002-1 T-AKE PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION GUIDE (cont) Wiring Diagram ENCLOSURE SO-13-002-1 T-AKE PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION GUIDE (cont) PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION (SHUNT ENCLOSURE MOUNTED NEAR SHAFT) ENCLOSURE SO-13-002-1 T-AKE PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION GUIDE (cont) PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION SHUNT AMPERAGE RATING (3300A DC) ENCLOSURE SO-13-002-1 T-AKE PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION GUIDE (cont) PASSIVE SHAFT GROUND CURRENT SHUNT INSTALLATION SHUNT OUTPUT ACCESS STATION (UPPER LEVEL OF SHAFT ALLEY NEAR THE PHONE BOOTH Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. 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 52.219-28 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, 52.222-36 Affirmative Action for Workers with Disabilities, 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 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 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 24 Oct 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to James.Wood4@navy.mil. Please reference the solicitation number on your quote. 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 N32205 Issue By Admin Inspect By Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (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. CONTRACTOR SELF CERTIFICATION To be determined responsible, a prospective contractor for this requirement must verify that your representative company does or does not have the following 1-7: 1. ___Does or____Does not have adequate financial resources to perform the contract, or the ability to obtain them; 2. ___Does or____Does not the ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; 3. ___Does or____Does not have a satisfactory performance record; 4. ___Does or____Does not have a satisfactory record of integrity and business ethics; 5 ___Does or____ Does not have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). 6. ___Does or____ Does not have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and 7.___ Could be or ___Could not be otherwise qualified and eligible to receive an award under applicable laws and regulations. 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/N32205-13-T-3221/listing.html)
- Place of Performance
- Address: Duqm, Oman, United States
- Record
- SN02916912-W 20121021/121019234347-819fb9b83e67f0d4c7e470a4c06560ed (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 |