Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOLICITATION NOTICE

V -- REMOVAL - Package #1

Notice Date
7/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, CODE 200, 1968 GILBERT STREET, SUITE 600, NORFOLK, Virginia, 23511-3392, United States
 
ZIP Code
23511-3392
 
Solicitation Number
N0018913TN056
 
Archive Date
8/24/2013
 
Point of Contact
Carol Easter, Phone: 7573969689
 
E-Mail Address
carol.easter@navy.mil
(carol.easter@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N0018913TN056 COMBIBED SYN/SOL This Is A COMBINED SYNOPSIS/SOLICITATION For Commercial Items Prepared In Accordance With The Information In FAR Subpart 12.6, Using Simplified Acquisition Procedures Under The Test Program For Commercial Items Found At FAR 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This Combined Synopsis/Solicitation SHALL Be Posted On Both FEDBIZOPPS (Https://Www.Fbo.Gov/). And NECO (Http://Www.Neco.Navy.Mil/). The RFQ Number Is N00189-13-T-N056. This Solicitation Documents and Incorporates Provisions And Clauses In Effect Through FAC 2005-68 And DFARS Change Notice 20130710. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Www.Acqnet.Gov/Far And Http://Www.Acq.Osd.Mil/Dpap/Dfars/Index.Htm. The NAICS Code Is 484220 And The Small Business Standard Is 1000. This Is A Competitive, 100% Total Small Business (SB) Set-Aside Action. NAVSUP Fleet Logistics Center Norfolk - Norfolk Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: Item: 0001 Contractor shall safely remove the G & L Orion 2300 181-048336. The G & L Orion 2300 located in B171-1-C12 NNSY Portsmouth. The G & L Orion 2300 will be taken to and off-loaded at DRMO St. Julien's Creek, Portsmouth, VA. Code 980 POC will coordinate with DRMO and the contractor for the deliveries. Please note that the DRMO will receive items Monday through Thursday from 0730-1330 hours. Service Location: B171-1-C12 Norfolk Naval Shipyard, Portsmouth VA 23709 Pop 31 Aug 2013 to 30 Aug 2014 Statement of Work for the Removal of the G & L Orion 2300 181-048336 in B171. The contractor shall safely remove the G & L Orion 2300 181-048336. The G & L Orion 2300 is located in B171-1-C12. The G & L Orion 2300 will be taken to and off-loaded at DRMO St. Julien's Creek, Portsmouth, VA. The C980 POC will coordinate with DRMO and the contractor for the deliveries. Please note that the DRMO will receive items Monday through Thursday from 0730-1330 hours. The G & L Orion 2300 weighs approximately 119,000 and may need some disassembly to allow safe removal. All utilities have been disconnected and hydraulic oil has been removed. Residual oil may be encountered if the machine is disassembled. The contractor shall comply with all NNSY and OSHA safety regulations throughout the entire performance of this process. A crane lifting plan shall be required and approved by Code 700 prior to removal. Within ten (10) calendar days of receipt of contract award and prior to any equipment mobilization into NNSY, the contractor shall submit a crane lifting plan for NNSY Code 700's approval. The endorsement process is anticipated to require between two (2) and four (4) weeks. The removal work will be done within the building crane's operating envelope (COE). This will require the contractor to work in conjunction with NNSY to lock/tag out the affected crane system. NNSY will secure the crane(s) and its electrical supply. NNSY will attach a lock/tag to the affected cranes to place them out of service. The contractor shall place his lock/tag on the secured electrical system. The contractor's qualified personnel (electrician) shall perform an electrical voltage verification check(s) to ensure that the electrical power is secured. A risk analysis of the rigging configuration and the surrounding area will be required if not included in the crane lifting plan. A floor loading analysis will also be submitted for any forklift, crane, and/or truck that will be used to transport, handle, lift, or otherwise bear the load of excess equipment. Exceeding floor load limits based on the analysis and the weight handling equipment to be used requires NNSY Code 980 authorization. NNSY Code 980 structural / civil engineer shall determine the appropriate metal plates to be used to reduce or eliminate the effects of overloading the floor. Within fifteen (15) calendar days of contract award, Contractor shall submit a detailed work plan to NNSY Code 980 for review and approval. This plan shall include steps necessary for any disassembly, the proposed travel path of equipment removal (inside and outside of Bldg 163), anticipated weight handling equipment to be utilized etc. The contractor will be required to attend C980 safety meetings prior to beginning work. The initial meeting will be scheduled within seven (7) calendar days from receipt of contract award. These safety meetings will be conducted by the Code 980 Technical Point of Contact. Per FAR 22.201-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow the requirements in SHIPYARD OCCUPATIONAL SAFETY AND HEALTH MANUAL, NAVSHIPYDNORINST P5100.56 or the site specific location of the contract Additional Information The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the( removal of Orion 2300 machine to be taken to DRMO) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements and Norfolk Naval Shipyard OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements or safety requirements for site specific location of the contract. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration DEC 2012 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Small Business Set-Aside 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 Veterans (SEPT 2010) 52.222-36 Affirmative Action for Workers w/Disabilities (OCT 2010) 52.222-37 Employment Reports on Disabled Veterans 52.222-50 Combating Trafficking in Persons 52.223-3 Hazardous Material Identification & Material Safety Data 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR 52.252-2 Clauses Incorporated by Reference Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004)(Jan 2012) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) DFARS 252.232-7010 Levies on Contract Payments 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). 2 -IN-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N42158 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC N68732 Issue By DoDAAC N00189 Admin DoDAAC N00189 Inspect By DoDAAC N42158 Ship To Code N42158 Ship From Code Mark For Code N00189-13-P-N Service Approver (DoDAAC) Service Acceptor (DoDAAC) N42158 Accept at Other DoDAAC LPO DoDAAC N42158 DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil INVOICE CERTIFIER: (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. NOT APPLICABLE - CONTACT HELP DESK (2) For technical WAWF help, contact the WAWF helpdesk: "Option 6" on the DFAS Customer Care Line: 800 756-4571 CCL-EC-NAVY-WAWF-HELPDESK@dfas.mil (End of clause) FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery schedule, and adherence to solicitation requirements. REQUIREMENTS FOR ACCESS TO NNSY Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.navsea.navy.mil/shipyards/norfolk/default.aspx to acquire the required form and completion guidance. NOTE: (1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2) If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database. (3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. NOTE: Please read the following as it applies to new access requirements being implemented on 01 October 2011 Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy Installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm (under "Popular Links"). This announcement will close at 08:00 AM EST on August 09, 2013. Contact Carol Easter who can be reached at (757) 396-9689 or email carol.easter@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Quotes shall be submitted via email to carol.easter@navy.mil or via fax to (757) 396-9895. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. SPECIAL NOTE: Material Safety Data Sheet (MSDS) shall be provided at the time of quotation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913TN056/listing.html)
 
Place of Performance
Address: Service Location: B171-1-C12 Norfolk Naval Shipyard, Portsmouth VA 23709, PORTSMOUTH, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN03131648-W 20130801/130730235840-a428508fe2053f62d9d6d59026d7c5f5 (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.