SOLICITATION NOTICE
20 -- PACIFIC NORTHWESTS (PNW) LINE HANDLING SERVICES
- Notice Date
- 4/17/2013
- Notice Type
- Presolicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC SSU SAN DIEGO, 140 SYLVESTER ROAD, BUILDING 570, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521, United States
- ZIP Code
- 92106-3521
- Solicitation Number
- N40443-13-R-0104
- Archive Date
- 5/10/2013
- Point of Contact
- Amador Rey Estrada, Phone: 6195249806, Robert B. Link, Phone: 619.553.0348
- E-Mail Address
-
amador.estrada@navy.mil, bob.link@navy.mil
(amador.estrada@navy.mil, bob.link@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Military Sealift Command Ship Support Unit San Diego (MSC SSU SD) will be issuing a commercial RFP for line handling services in the Pacific Northwest (PNW) ~ Puget Sound Area (See SOW below for exact locations). This procurement is being set-aside 100% for Small Businesses. The Government intends to issue FFP, multiple-award IDIQ contracts with a base year of performance and four, one-year option periods. Anticipated performance start date is 1 May 2013. Issuance of RFP is anticipated on/about 19 April 2013, with a tentative submission due date of 25 April 2013. Award is tentatively scheduled to be made on/about 30 April 2013. Service Contract Act applies. Interested contractors are requested to EMAIL the contracting officer and provide the following information: DUNS Number CAGE Code Business size under NAICS Code 488390 Note: All interested contractors MUST be registered in SAM (https://www.sam.gov/portal/public/SAM ) as a US-Owned Small Business and have current REPS & CERTS noted in their company profiles. Note: Security access requirements that pertain to the contractor's ability to access Naval installations is noted below. Note: Wide Area Workflow (WAWF) electronic invoicing and payment will be utilized. See below for details. IAW the timeline mentioned above, please monitor the Military Sealift Command (MSC) Contract's webpage for issuance of the solicitation document by following the below steps: Goto: www.msc.navy.mil Select the right-most tab "Contracts" Select "Requests for Proposal/Quotation (RFP/RFQ)" In the box to the right of "Search By RFP/RFQ or Title:" enter RFP number "N40443-13-R-0104" Select "Search". STATEMENT OF WORK Environment. Normal hours of performing line handling duties are form 0700 - 1600 hours, Monday thru Friday. Occasionally, line handling services will be required after hours or on the weekend. Line handlers will be working on piers in all types of weather depending upon the season. As such, weather-appropriate clothing and safety gear is required to ensure all line handlers are adequately prepared to operate in all weather conditions. Ships Serviced. Line handling services will be provided to Military Sealift Command (MSC) ships. The following classes of ships are typically supported by line handling contractors: Combat Logistics Force Service Support Note: A complete inventory of MSC ships and their dimensions are available at www.msc.navy.mil (select "Ship Inventory", then "Program"). Performance Location. Contract performance will occur in the Puget Sound, WA area at the NAVSUP Fleet Logistics Center (FLC), Puget Sound Manchester Fuel Department (MFD) Manchester Fuel Pier and Naval Magazine (NAVMAG) Indian Island Ammo Pier. Arrival (Tie Up) and Departure (Let Go) Line Handling Teams (LHT). LHTs range in size from up to 8 line handlers to support arrivals and up to 6 line handlers to support departures. In all evolutions - both arrivals and departures, the contractor shall provide a supervisor to oversee the conduct of the line handling operation and to ensure the safety of his/her LHT. The supervisor will serve as the point of contact between the ship and the LHT throughout the line handling event. Line Handling Time Requirements. LHTs are required to be suited-up and ready to perform their duties 30 minutes prior to the arrival/departure times. Transportation. Transportation of LHT personnel to and from the pier is the responsibility of the contractor. Note: Parking at piers is limited and may be unavailable depending upon activities (scheduled and unscheduled) taking place at the pier. Physical Requirements. Line handlers are required to work with heavy lines or wire ropes or both that range up to 12" in circumference. The physical condition of line handlers must enable them to handle such lines in a safe and secure manner when securing lines to the tie downs located on piers. Safety Equipment. Proper safety equipment for all line handlers is the responsibility of the contractor. At a minimum, all line handling personal will be required to wear USCG-approved vests / flotation devices and hard hats. Other safety gear to include, but not limited to, gloves and work boots. Required Equipment. VHF Radio (to communicate with Port Ops and Pilot for placement of ship) Boat Hook (to reach around pilings for ropes) First Aid Kit Notification of Requirement. An RFQ will be issued via email within 96 hours of a ship's scheduled arrival and departure. On rare occasions notice of line handling requirements may be issued with only a few hours notice. The RFQ will contain the following information: Ship's Name Pier Location Date and time of arrival/departure Number of line handlers required Number of supervisors required Contractor Point of Contract. The contractor will make itself available to the Government on a 24/7 basis via email and cell phone. The contractor is also responsible for ensuring that any changes in the point of contact information are communicated to the Government within a reasonable amount of time to ensure that the communication of line handling requirements remains unobstructed. SECURITY REQUIREMENTS 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. For CONUS East and Gulf Coast repairs, forward request to msc.norfolk.epic@navy.mil and for CONUS West Coast and HI repairs, forward to 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 MSC 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. T-AKE email address: MASTER@AKE#.NAVY.MIL (example: master@ake8.navy.mil, where "8" is the hull number). All other hulls address: MASTER.SHIPNAME@MSC.NAVY.MIL (example: master.sioux@msc.navy.mil). (End of Text) 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 are required via web entry. (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: Invoice (2) Inspection/acceptance location: See table below (3) Document routing: See table below Routing Data Table Field Name in WAWF Data to be entered in WAWF Contract Number TBD Delivery Order Number TBD Vendor CAGE Code TBD Pay Official DoDAAC N32205 Issue Date TBD Issue By DoDAAC N40443 Admin DoDAAC N40443 Ship To Code N62387 Inspect By DoDAAC Leave blank or insert "Not Applicable" Ship From Code Leave blank or insert "Not Applicable" Mark For Code Leave blank or insert "Not Applicable" Service Approver (DoDAAC) Leave blank or insert "Not Applicable" Service Acceptor (DoDAAC)) Leave blank or insert "Not Applicable" Accept at Other DoDAAC) Leave blank or insert "Not Applicable" LPO DoDAAC Leave blank or insert "Not Applicable" DCAA Auditor DoDAAC Leave blank or insert "Not Applicable" Other DoDAAC(s) Leave blank or insert "Not Applicable" (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. Unless otherwise specified, additional data typically applicable to cost type contracts and Material Inspection and Receiving Reports (DFARS Appendix F), is not applicable to this contract. (5) WAWF email notifications: The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Tom.Musser@navy.mil, Courtesy copy to MSC Port Engineer and MSC Contracting Officer. (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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-13-R-0104/listing.html)
- Place of Performance
- Address: Puget Sound, WA Area, Puget Sound, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN03038464-W 20130419/130417234224-2f9ee504407b4afe64e97bc6ad9db854 (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 |