SOLICITATION NOTICE
20 -- Service Order to Support Emergency Dry Docking of the USNS WASHINGTON CHAMBERS - Package #1
- Notice Date
- 12/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-13-R-3006
- Archive Date
- 12/6/2013
- Point of Contact
- Douglas Jones, Phone: 757 433 5882, Ricky E. Jennings, Phone: 7574435961
- E-Mail Address
-
douglas.jones3@navy.mil, ricky.jennings@navy.mil
(douglas.jones3@navy.mil, ricky.jennings@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Past performance questionnaire past performance data sheet COMBINED SYNOPSIS/SOLICITATION 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 N40442-13-R-3006, and it is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62, effective 20 November 2012. This procurement is not being conducted as a small business set-aside, NAICS 488390 applies. Military Sealift Command (MSC) - Norfolk, Norfolk, VA intends to award a sole source firm-fixed price contract to Wartsila Defense of Chesapeake, VA, for USNS WASHINGTON CHAMBERS for the following service or parts: Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. CLIN DESCRIPTION QTY U/M UNIT PRICE EXTENDED PRICE 0001 T-AKE Class, MJR Overhaul Kit, MD Seal 712 MM H74985-01 1 KT 0002 T-AKE Rudder O Ring Kits 1 EA 0003 Capscrew, Flat Socket Head, M12 X 50MM, 316 S/S 15/SET 15 EA Connecting Ring (CFM) 1 EA Shipping 1 Wood Packaging Material Compliance 1 Shipping address for this item is USNS WASHINGTON CHAMBERS (T-AKE 11), UIC 23726 Aviation Unit, CTF-53, Aradous Highway, Cargo Warehouse, Muharraq, Kingdom of Bahrain. The contractor will provide the goods FOB Origin. The required delivery date for the above items is December 22, 2012. Statement of Work 1.0 ABSTRACT 1.1 This item describes the requirement to provide parts and technical representative support for propulsion system inspection, disassembly, repairs, reassembly, and testing. 2.0 REFERENCE: 2.1 Work Item 901, Dock and Undock Ship (Provided via separate correspondence) 2.2 Work Item 903, Propeller Shaft and Stern Tube Inspection (Provided via separate correspondence) 2.3 Work Item 904, Stern Tube Seal Inspection (Provided via separate correspondence) 2.4 Work Item 915, Coat Stern Tube (Provided via separate correspondence) 2.5 Work Item 919, Shaft Grounding Preventative Maintenance (Provided via separate correspondence) 2.6 Tech Manual T9243-AZ-MMC-010, Fixed Pitch Propeller and Shafting with Bearings Model W084836780 (Available onboard ship) 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: 3.1.1 Shipyard in 5th Fleet to be determined. 3.1.2 Shaft Alley. 3.1.2 Quantity: Various. 3.2 Item Description/Manufacturer's Data 3.2.1 Various. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: None additional. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide parts and tech rep support to assist in the accomplishment of propulsion system inspections, disassemblies, repairs, reassembly, and testing. 7.2 Tech reps are to be experienced in the propulsion motor bearings, thrust bearing, line shaft bearing, stern tube bearing, propulsion shafting system components, stern tube seal components, and the propeller associated with the T-AKE Class vessels. 7.3 It is anticipated that Dubai Dry-Dock World in Dubai and ASRY in Bahrain will be bidding on this solicitation. Contractor is to base estimate on availability being accomplished at Dubai Dry-Dock World in Dubai. If availability location is other than Dubai Dry-Dock World in Dubai, a contract modification will be negotiated. 7.4 Contractor is to base estimate on arriving on WASHINGTON CHAMBERS (T-AKE 11) on 22 December 2012. 7.5 Tentative repair schedule is: Pierside in shipyard in 5th Fleet - 22 and 24 December 12 Drydock Period/on or about - 24 December 12 to 15 January 13 Pierside in shipyard in 5th Fleet - 18 January 13 7.6 The contractor is to provide the below parts and services: 7.6.1 Parts Wartsila Provided Materials Description Specification QTY Seal Tube Seal Major Overhaul Kit Wartsila 1 ea Rope Guard zinc bolts Ref 2.1.12 NASSCO dwg 471-351-4984 pc 5 Bolt 3/8" X 1-3/4 Lg, SST 304 8 ea Rope Guard Paint Hempel Shop Primer E 15280 Red Hempadur Mastic 45880 12170 Grey Hempadur Mastic 45880 Haze Gray FSC 26270 As Required Lubrication (for rudder Nut Cap filling) Lubriplate Super Lubrication Type 930-AAA As Required Lubrication/ preservative (for filling the propeller Cap) Mobil Centaur Moly 2 As Required Tail Shaft Hydraulic Coupling hydraulic Pump tool Oil Mineral Oil SAE 20/ISO VG 46 As Required Cleaning Solvent (Used for Hydraulic Coupling cleaning) Shellsol 16 As Required Rudder Hydraulic Nut O-ring (between the fitting disc and nut) Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #2 6mm Dia thk NBR 65º SH 1 ea Rudder Hydraulic Nut O-ring (O.D piston ring o-ring) Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #4 6mm Dia thk NBR 65º SH 1 ea Rudder Hydraulic Nut O-ring (O.D piston ring o-ring) Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #5 6mm Dia thk NBR 65º SH 1 ea Rudder Hydraulic Nut O-ring (O.D piston ring o-ring) Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #7 6mm Dia thk NBR 65º SH 1 ea Rudder Hydraulic Nut O-ring (between the fitting disc and rudder blade) Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #9 6mm Dia thk NBR 65º SH 1 ea Rudder Seal Ring O-Ring (between Lower segmented seal ring and rudder blade) Ref 2.1.7 Bot-Groningen Dwg 2.1263/1.1 Cone Coupling Part #4 6mm Dia thk NBR 65º SH 1 ea Rudder Seal Ring O-Ring (between lower segmented seal ring and rudder stock) Ref 2.1.7 Bot-Groningen Dwg 2.1263/1.1 Cone Coupling Part #7 12mm Dia thk NBR 65º SH 1 ea Rudder Seal Ring O-Ring (between upper segmented seal ring and rudder trunk) Ref 2.1.6 Bot-Groningen Dwg 3.1265/1.1 Rudder Trunk Summary Part #6 12mm Dia thk NBR 65º SH 1 ea Propeller Cap O-ring Ref 2.1.9 Wartsila Dwg W084827066 pc 3 NBR 70 Shore ID 932.5 X7 Wartsila Detail Dwg W007040014 1 ea Propeller cap vent and fill plug copper sealing rings Ref 2.1.9 Wartsila Dwg W084827066 pc 8 NBR 70 Shore ID 932.5 X7 Wartsila Detail Dwg M713000290 2 ea Propeller Nut O-ring (Nut Piston ring ID o-ring) Ref 2.1.11 Wartsila Dwg W084838596 pc 3 Cord ring with vulc joint NBR90 Shore Ø 650 X 3.53 Wartsila Detail Dwg W007058061 1 ea Propeller Nut O-ring (Nut Piston ring OD o-ring) Ref 2.1.11 Wartsila Dwg W084838596 pc 4 Cord ring with vulc joint NBR90 Shore Ø 745 X 3.53 Wartsila Detail Dwg W007058062 1 ea Aft Tail Shaft Seal Ring o-ring (Fwd on propeller hub) Ref 2.1.13 Wartsila Dwg W084837232 pc 57 NBR 70 Shore ID 730.5 X7 Wartsila Detail Dwg W084838703 1 ea Tail Shaft Hydraulic Coupling hydraulic Chamber Ring O.D O-ring Ref 2.1.15 pc 4 o-Ring Ø721X6,99 Nitril 70 ShoreA Cage OEYA6 Part # 737973 1 ea Tail Shaft Hydraulic Coupling hydraulic Chamber Ring I.D O-ring Ref 2.1.15 pc 5 o-Ring Ø587X3,53 Nitril 70 ShoreA Cage OEYA6 Part # 737882 1 ea Tail Shaft Hydraulic Coupling Flange O-ring Ref 2.1.15 pc 8 o-Ring Ø799X6,99 Nitril 70 ShoreA Cage OEYA6 Part # 738096 1 ea Stern Tube Bearing Tapered Key Fasteners Cap Screws, Flat Head, M12 x 50 LG, P/N F99M12X50S 15 Ea Propeller Cap Lifting Eye Bolt Wartsila Dwg W084827066 pc 6 Wartsila Detail Dwg M713090039 C15 M20 1 ea Propeller Lifting Eye Bolt-80M Wartsila Dwg W08483677 pc 4 42CrMo4 80M Ø135 L=225 Wartsila Detail Dwg W084813619 1 ea Propeller Lifting Eye Bolt-64M Wartsila Dwg W08483677 pc 6 42CrMo4 64M Ø110 L=190 Wartsila Detail Dwg W084813618 4 ea Propeller Hydraulic Nut Hand Pump with Hoses Wartsila Dwg W006040130 1 ea Propeller Hub Hand pump with Hoses and Pump holder Wartsila Dwg W0004000 and W006300563 and DMYI000059 1 ea assembly Tail shaft Hydraulic Flange Coupling Hydraulic pumps Wartsila Rep provide- or Shipyard provided 2 ea Tail Shaft Lifting eyebolt Reference 2.1.1 pc 9 1 ea Fwd propeller Shaft Roller Jig Reference 2.1.1 pc 31 1 ea Aft propeller Shaft Roller Jig Reference 2.1.1 pc 32 1 ea Shaft Extension Roller Jig Reference 2.1.1 pc 33 1 ea Propeller Shaft Extension Tool Reference 2.1.1 pc 34 1 ea Shaft Extension Support Reference 2.1.1 pc 35 1 ea Stern Tube Bearing Removal tools Wartsila Rep provide- Or obtain from Thordon Bearing Thordon COMPAC Standard Key Installation Kit -Consists of Hydraulic cylinder, Threaded Rod, Installation Plate, Rubber mallet, Key Extraction tool, Johnson Bar, and Hex Wrench 1 ea kit 7.6.2 Travel expenses to/from Shipyard for two (2) Tech Representatives. 7.6.3 Twenty five (25) days of per diem expenses for each of the two tech reps. 7.6.4 Twenty five (25) days of rental car expenses for the two tech reps. 7.6.5 Transportation of tech rep materials to/from Shipyard. 7.6.6 Obtain the services of a qualified Thordon Bearing Technical Representative to assist with the stern tube bearing replacement. For estimating purposes, estimate 15 days of attendance. 7.7 Propulsion shafting strain gauge technical representatives will be contracted by MSC to accomplish strain gauge readings prior to and after the repair work is accomplished. Shipyard will assist with rotating the shaft. 7.8 Preparation of Drawings: None additional. 7.9 Manufacturer's Representative: None. 8.0 GENERAL REQUIREMENTS: None additional. The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Alt I Offerors 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 SAM website https://www.sam.gov/portal/public/SAM/) 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 Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.229-6 Taxes-Foreign Fixed-Price Contracts 52.232-99 Providing Accelerated Payment to Small Business Sub-contractors" (DEVIATION) (AUG 2012) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.247-34 F.o.b. Destination 252.204-7000 Disclosure of Information 252.204-7004 Required Central Contractor Registration (Alternate A) 252.204-7008 Export-Controlled Items 252.209-7001 Disclosure of ownership or control by the government of a terrorist country 252.211-7003 Item Identification and Valuation 252.212-7000 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 SAM website) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea. 252.225-7000 Buy American Act and Balance of Payment Program Certificate 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (overseas) 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by full text: 52.212-1 (ADDENDUM) Additional Instructions to Offerors-Commercial Items 1. General Instructions Offerors shall submit proposal: Technical Proposal Past Performance Price Proposal Technical Proposals Offeror must submit, in detail, a technical understanding of the overall scope of work and the plan to accomplish that work. Technical understanding includes the following: Identifying potential problem areas in accomplishing the work requirements, e.g., Long Lead Time Material, open and inspect items, etc, and propose solutions to those problems; demonstrate an understanding of the engineering support requirements (e.g., working drawings, tech/system manuals). Past Performance Offerors are requested to provide information on up to three (3) previous Government/Commercial contracts whose effort is/was recent and relevant to the effort required by this solicitation. a. "Recent" is defined as a contract in-progress or completed within the last three (3) years. If the offeror has not had three (3) Government contracts within the last three (3) years, information on recent and relevant subcontracts and/or commercial contracts may be submitted. b. "Relevant" is defined as a contract that is of similar scope, magnitude, complexity to the requirements as set forth in this solicitation. i. Scope: Experience in the areas defined in PWS. ii. Magnitude: The measure of the similarity of the volume, dollar value and/or duration of the work actually performed under the offeror's submitted contracts to the PWS. iii. Complexity: The measure of the similarity of technical difficulty, managerial intricacy and/or required coordination of efforts and disciplines performed by the offeror in its submitted contracts to the PWS. For complexity, not only will the tasks performed by the offeror be considered, but also the offeror's ability to coordinate tasks (e.g., concurrent performance requirements). A Past Performance Data Sheet (Attachment #1) is requested to be submitted for each contract to be considered as past performance. Offerors shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of this solicitation; a detailed description of the work performed for the contract; and the role performed, including whether the offeror acted as a prime contractor or a subcontractor. Offerors are responsible for the accuracy of all data provided. Past performance information regarding predecessor companies, key personnel who have relevant experience and subcontractors that will perform major or critical aspects of the requirement may be provided as past performance submissions. For each of the contracts the offeror describes in a Performance Data Sheet, the offeror is requested to provide a Past Performance Questionnaire (Attachment #2) to a reference at the organization that awarded the contract. It is requested that the reference, not the offeror, email or fax the completed Past Performance Questionnaire (Attachment #2) BEFORE THE DUE DATE FOR PROPOSALS directly to [Doug Jones], Military Sealift Command-Norfolk, 471 East C Street-Bldg SP-64, Norfolk, VA 23511, e-mail: douglas.jones3@navy.mil. The offeror, NOT THE GOVERNMENT, is responsible for ensuring that the Government receives a sufficient number of questionnaires. All offerors are required to address historical compliance with the requirements of FAR Part 52.219-8 (Utilization of Small Business Concerns) in the Performance Data Sheet (Attachment #1). Price and Other Business Considerations 1. A separate unit price and extended price must be submitted for each line item in above table. 2. Terms of any express warranty. 3. Any discount terms. 4. A completed copy of the representations and certifications at FAR 52.212-3 Alternate I and DFARS 252.212-7000 or a statement stating that they are available via the SAM website, https://www.sam.gov/portal/public/SAM/. 5. Remittance address, Tax Identification Number, DUNS number and Cage Code. 6. Offeror shall state expected delivery date ________________ 7. Responses to this combined synopsis/solicitation are due December 12, 2012 at 02:00 PM EST, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be e-mailed to Douglas.jones3@navy.mil. Please reference the solicitation number on your proposal. (End of Addendum) Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: tiny_mce_marker_________ times number of personnel __________ = __________. Rental car: tiny_mce_marker_________per day/week or for period of performance. Per diem: tiny_mce_marker_________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is tiny_mce_marker_________. Other (identify): tiny_mce_marker_________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate tiny_mce_marker____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. Travel, Lodging and Per Diem: Travel expenses (per diem, hotel, air fare, car rental, etc.) are restricted to and cannot exceed the amounts allowed by the Joint Travel Regulations (JTR) and FAR 31.205-46. (End of Addendum) 52.212-2 -- Evaluation -- Commercial Items (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that is determined to be the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: Technical Past Performance Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.233-2 Service of Protest a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Doug Jones, douglas.jones3@navy.mil, N104-3, Bldg SP-64, 471 East C Street, Norfolk, VA. 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the Contracting Officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct. SE, Washington Navy Yard, DC 20398-5540. MSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. (End of Provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov/far. (End of Provision) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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 may be accessed electronically at this/these address (es): http://www.arnet.gov/far. (End of Provision) 52.252-6 Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. (End of instructions) SHIP & BASE ACCESS (SEP 2011) 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. (End of instructions) 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 theRouting 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 N32205 Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code N62387 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 sub-line 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. ----------------------------------------------------------------------- N/A (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. (End of clause) 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 applies 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. (End of instructions)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aa0e99cfe3b51cd27dbc31c1125d76a1)
- Place of Performance
- Address: 5th Fleet Shipyard TBD, Bahrain
- Record
- SN02943744-W 20121208/121206234426-aa0e99cfe3b51cd27dbc31c1125d76a1 (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 |