Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2013 FBO #4073
SOLICITATION NOTICE

20 -- T-AKE CLASS SGSI INSTALL AND UPGRADE - SGSI REPORT AND MATERIALS LIST

Notice Date
1/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-T-6206
 
Archive Date
2/9/2013
 
Point of Contact
Cheryl Somers, Phone: 757-443-5921, Corey Squires, Phone: (757) 443-5876
 
E-Mail Address
cheryl.somers@navy.mil, corey.squires@navy.mil
(cheryl.somers@navy.mil, corey.squires@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
MATERIALS LIST FOR SGSI UPGRADE REPORT FOR SGSI 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-6206 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 334511 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS DREW (T-AKE 10) and USNS PERRY (T-AKE 9) for the following services: The requested period of performance for the below service is as follows: USNS Drew - 1 February - 15 March 2013 (with 3 days needed onboard)* USNS Perry - 20 February - 5 March 2013 (with 3 days needed onboard)* *All periods of performance and locations are subject to adjustment or change based on the availability of the parts and lead time for the materials delivery. STATEMENT OF WORK: A. USNS DREW (N2360223124007) 1.0 ABSTRACT: Provide the services of qualified technicians familiar with the T-AKE ships and the SGSI system (NGC/Sperry) to perform all required work and installation to upgrade the SGSI System onboard as required by NAVAIR requirements. 2.0 REFERENCES/ENCLOSURES: 2.1 References: None 2.2 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location: IC Radar Gyro Room and Aviation Control Spaces. 3.2 Quantity: Material quantities as needed. 3.3 Description: SGSI Upgrade Kit, cabling and necessary material shall be provided by the Contractor. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Performance Period: February 01 thru 15 March, 2013 (3 days are needed onboard) 5.2 Performance Location: BAE SAN FRANCISCO SHIPYARD, San Francisco, CA 5.3 Contractor Access information needed is: 5.3.1.1 U. S. Citizen Contractors: Name of Company; Full Name; Last four of SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.3.1.2 Non-U.S. Citizen Contractors: Name of Company; Full Name; Date Of Birth; Nationality; Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.4 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, shall comply with the requirements of all applicable GTR's. 5.5 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. 5.6 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item IAW COMSCINST 5100.17C, "Afloat Safety and Occupational Health Manual". Restore electrical power upon the completion of all aspects of this work item. All shipboard lockout/tag out procedures will be followed at all times. 5.7 THE USNS CHARLES DREW 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 HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 5.8 The technical representative shall coordinate accomplishment of this work item with the prime contractor/shipyard and Port Engineer for access and any industrial assistance required. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Provide the services of two (2) technical representatives/engineers to perform the necessary labor & materials to upgrade the SGSI system onboard. 7.2 Contractor to verify proper operation of existing SGSI System onboard to include all related equipment, cables and connections in the presence of an MSC Rep designated by the Chief Engineer and/or Port Engineer. 7.3 Contractor to provide, install and test 100% of the required material and associated cabling / connectors / hardware including the cut-out switch, fuse box/fuses and the field modification kit including the upgraded transformer and control/reference frequency card, included in the gyrocompass system interface boxes. 7.3.1 Contractor may ship all material to the MSC BATS Warehouse in San Diego. MSC will ship material to the ship Coordinate all shipping with the PPE and Logistics Type Desk, Mr. Bob Hare, e-mail: robert.j.hare1@navy.mil 7.4 Inspection/Test: 7.4.1 During final configuration and testing, measurements will need to be taken inside the SGSI system. Authorized NAVAIR Rep and/or trained ship's crew will perform these measurements. The contractor shall complete a performance test on SGSI system upon completion of all work. 7.4.2 The contractor shall demonstrate proper operation of the entire system to the Chief Engineer, NAVAIR Rep and PPE upon completion of this work item. 7.5 Reports / Documentation: 7.5.1 Copies of all final reports shall be submitted to the MSC Port Engineer Rep and Chief Engineer. 7.5.2 Installation Booklet and Drawings shall be provided to the MSC Port Engineer and also the MSC T-AKE Class Engineer, Mr. Larry Penney. E-mail: Lawrence.penney@navy.mil 7.6 EMERGENT WORK / CONTRACT MODIFICATION: Anything deemed to be a contract modification or cost increase shall be submitted to MSC Contracting Officer and the Principal Port Engineer for negotiation and approval. No work shall be done without the approval of the MSC Contracting Officer. 7.7 All work shall be done to the satisfaction of all regulatory bodies, NAVAIR Rep, Captain, Chief Engineer and the Port Engineer. 7.8 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 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 7.8.1 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. 7.9 The OEM for this work item is Northrop Grumman Sperry Marine 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. 8.0 GENERAL REQUIREMENTS: None additional B. USNS PERRY (N2319923214906) 1.0 ABSTRACT: Provide the services of qualified technicians familiar with the T-AKE ships and the SGSI System to perform all required work and installation to upgrade the SGSI System onboard as required by NAVAIR requirements. 2.0 REFERENCES/ENCLOSURES: 2.1 References: None 2.2 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location: IC Radar Gyro Room and Aviation Control Spaces. 3.2 Quantity: Material quantities as needed. 3.3 Description: SGSI Upgrade Kit, cabling and necessary material shall be provided by the Contractor. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Performance Period: February 20 thru March 5, 2013 (3 days are needed onboard). 5.2 Performance Location: VR Period location is not determined, plan for Chin Hae, Korea. 5.3 Contractor Access information needed is: 5.3.1.1 U. S. Citizen Contractors: Name of Company; Full Name; Last four of SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.3.1.2 Non-U.S. Citizen Contractors: Name of Company; Full Name; Date Of Birth; Nationality; Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.4 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, shall comply with the requirements of all applicable GTR's. 5.5 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. 5.6 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item IAW COMSCINST 5100.17C, "Afloat Safety and Occupational Health Manual". Restore electrical power upon the completion of all aspects of this work item. All shipboard lockout/tag out procedures will be followed at all times. 5.7 THE T-AKE 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 HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 5.8 The technical representative shall coordinate accomplishment of this work item with the prime contractor/shipyard and Port Engineer for access and any industrial assistance required. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Provide the services of two (2) technical representatives/engineers to perform the necessary labor & materials to upgrade the SGSI system onboard. 7.2 Contractor to verify proper operation of existing SGSI System onboard to include all related equipment, cables and connections in the presence of an MSC Rep designated by the Chief Engineer and/or Port Engineer. 7.3 Contractor to provide, install and test 100% of the required material and associated cabling / connectors / hardware including the cut-out switch, fuse box/fuses and the field modification kit including the upgraded transformer and control/reference frequency card, included in the gyrocompass system interface boxes. 7.3.1 Contractor may ship all material to the MSC BATS Warehouse in San Diego. MSC will ship material to the ship Coordinate all shipping with the PPE and Logistics Type Desk, Mr. Bob Hare, e-mail: robert.j.hare1@navy.mil 7.4 Inspection/Test: 7.4.1 During final configuration and testing, measurements will need to be taken inside the SGSI system. Authorized NAVAIR Rep and/or trained ship's crew will perform these measurements. The contractor shall complete a performance test on SGSI system upon completion of all work. 7.4.2 The contractor shall demonstrate proper operation of the entire system to the Chief Engineer, NAVAIR Rep and PPE upon completion of this work item. 7.5 Reports / Documentation: 7.5.1 Copies of all final reports shall be submitted to the MSC Port Engineer Rep and Chief Engineer. 7.5.2 Installation Booklet and Drawings shall be provided to the MSC Port Engineer and also the MSC T-AKE Class Engineer, Mr. Larry Penney. E-mail: Lawrence.penney@navy.mil 7.6 EMERGENT WORK / CONTRACT MODIFICATION: Anything deemed to be a contract modification or cost increase shall be submitted to MSC Contracting Officer and the Principal Port Engineer for negotiation and approval. No work shall be done without the approval of the MSC Contracting Officer. 7.7 All work shall be done to the satisfaction of all regulatory bodies, NAVAIR Rep, Captain, Chief Engineer and the Port Engineer. 7.8 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 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 7.8.1 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. 7.9 The OEM for this work item is Northrop Grumman Sperry Marine 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. GENERAL REQUIREMENTS: None additional ** Please see attached study conducted in conjunction with NGC/Sperry Marine and NAVAIR for the T-AKE Class of ships reference T-AKE 9 and 10. MSC has also attached the OEM list of materials that are required for reference and utilization for pricing under the order. ______________________________________________________________________________ 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 52.204-10 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 52.215-5 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) 52.232-99 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 01/25/2013 at 1:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Cheryl.somers@navy.mil or faxed via 757-443-5979 Attn: Cheryl Somers. 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. 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/91f6bc9a016ff514888bf6a1bba73105)
 
Place of Performance
Address: SERVICE LOCATION -, DREW: BAE SAN FRANCISCO, CA., PERRY: CHIN HAE, KOREA, LOCATIONS ARE SUBJECT TO CHANGE BASED ON AVAILABILITY OF PARTS AND DELIVERY TIME FOR PARTS (ARO), SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02967020-W 20130118/130116234558-91f6bc9a016ff514888bf6a1bba73105 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.