SOLICITATION NOTICE
C -- Egypt Syncrolift Inspections
- Notice Date
- 11/17/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
- ZIP Code
- 22602-5000
- Solicitation Number
- W912ER-17-T-0004
- Archive Date
- 12/17/2016
- Point of Contact
- Holly K. Watson, Phone: 5406652592
- E-Mail Address
-
holly.k.watson@usace.army.mil
(holly.k.watson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PERFORMANCE WORK STATEMENT SYNCROLIFT MAINTENANCE INSPECTIONS 1. PROJECT DESCRIPTION Perform semi-annual maintenance inspections of the Synchrolift installation at the Ras El Tin Naval Base, Alexandria, Egypt. The one year base contract provides for two semi-annual inspections. The period of performance for this requirement is one year with a one year option period. This requirement falls under the Foreign Military Financing (FMF) program therefore only U.S. vendors will be considered for award and all items must be manufactured in accordance with the Buy American Balance of Payments Program. 2. WORK TO BE PERFORMED The Contractor shall furnish certified technical representative(s) and all associated transportation, housing, equipment, and supplies in connection with the semi-annual maintenance inspection of the Syncrolift installation at the Ras El Tin Naval Base in Alexandria, Egypt. The technical representative(s) shall provide the following services at Ras El Tin Naval Base over a period of at least nine (9) calendar days: Three (3) days for international travel and at least six (6) days for providing services at Ras El Tin Naval Base. The following services are to be performed during the semi-annual inspections except for those actions specifically annotated as "Annually". These shall be performed only once a year. All services shall be performed in accordance with the manufacturer's recommendations. a. Review of maintenance records. b. Review of maintenance materials and procedures used. c. Review of operating procedures with particular emphasis on control panel operation. d. Inspection of each hoist (36 total) to include: • Inspect condition of 10% of the enclosed gears within each hoist. • Inspect the hoist motor brake for proper functioning. • Inspect general condition of hoist bearings, frame, and mounting. e. Inspection of wire ropes to includes: • Visual inspection of all wire ropes for signs of wear, external corrosion or other damage. • Review the results of all rope Non Destructive Testing (NDT) examinations completed by the Egyptian Naval Personnel. • An internal examination of a 30cm section of 10% of all wire ropes. • Annually: Select sections from one removed wire rope for destructive testing. f. Inspect the entire electrical system in all modes of operation, including: • Calibration of the load monitoring system. • Inspect condition of hoist electric supply runs. • All power and control wiring. • Visual inspection of all switches and relays for proper operation. • Inspect all over current relays and advise of any required adjustments. g. Inspect the lower sheaves of assemblies. • Inspect 10% of each hoist for sheave rotation and assembly free play. • Annually: Remove, strip, and inspect one lower sheave assembly. • Annually: Remove and replace one rope and selected sections for destructive testing. h. Visual inspection of structure and rail system. • Visual inspection of conditions of pile caps and piles above water level. • Visual inspection of condition of platform steel work and welds for possible deterioration or damage. • Inspect the general condition of rails in the transfer system (platform, land, and side transfer carriage). • Visual inspect the condition of side transfer carriage, cradles, and wheels. • Annually: Inspect level of rail system and advise if an adjustment is required. i. Inspection of auxiliary equipment to include the following: • STC winch • Solid state frequency converter -FCX • Three-speed electric capstan • Air compressor/air dryer • Two- diesel generator • Fire Suppression system j. Inspection of the lifting platform to include the following: • Platform condition. • Depth to which the platform can be lowered. • Adequacy of platform dredging to maintain maximum ship lifting capability at full depth. k. Preparation of a report that details all findings, proposed corrective actions, and recommendations from each semi-annual inspection. The report shall be submitted within 30 calendar days from the time of the inspection. The report shall conclude with a specific statement as to the effectiveness of the Egyptian Navy's maintenance and use of the Synchrolift and whether it is being operating in a safe and proper manner. 3. EQUIPMENT/PERSONNEL FURNISHED The Egyptian Navy shall provide the following personnel and equipment in support of the maintenance inspection service: a. Personnel: • Electricians • Mechanics • Riggers • Crane Operators • Laborers • Surveyor • Boat Operator b. Equipment: • Cranes • Surveyor's Level • Special tools associated with above occupations • Boat Contractor personnel shall coordinate, through the on-site Contracting Officer's Representative, with the Egyptian Navy on the type and quantity of equipment and personnel to be used each day at the job site. The Egyptian Navy personnel have been briefed on the general types of equipment and personnel needed to assist the Contractor's representative. Lubricants for the equipment are stored at the job site. 4. DELIVERIES OF PERFORMANCE a. The first inspection trip shall be conducted during the Fourth Quarter of 2016 (October, November, and December). b. The Contractor shall conduct semi-annual inspections (total of two inspections for the basic contract period) at approximately six-month intervals for the one year period. The Contractor shall schedule the inspections with the on-site Contracting Officer's Representative in Egypt, who shall coordinate the dates with the Egyptian Navy Shipyard Commander at the Ras El Tin Naval Base, Alexandria, Egypt. It is expected that the semi-annual inspections will usually be conducted during the First (October through December) and Third (March through May) Quarters of each contract year. However, changes to this inspection schedule will be allowed based on mutual agreement between the Egyptian Navy, the Contractor, and the US Army Corps of Engineers Contracting Officer. c. There are two types of inspections: Annual: to be conducted during the First Quarter Semi-Annual: to be conducted during the Third Quarter d. The Contractor shall provide a copy of all Inspection Reports specified in this Statement of Work, paragraph 6.h, below within 30 calendar days after the inspection is completed. The reports shall be submitted electronically to the Contracting Officer's Representative (COR), Program Manager, and Contract Specialist. e. The Contractor shall electronically submit a DD 250 Material Inspection and Receiving Report form for each inspection performed. The Material Inspection and Receiving Report must be approved and signed by the COR or the Alternate COR. A signed copy shall be provided to the COR and the U.S. Army Corps of Engineers Program Manager, Mr. David L. Worthington. The Program Manager must receive a copy of the signed Material Inspection and Receiving Report and the Inspection Report before payment will be authorized for services performed. f. In addition to the above reports the Contractor shall also provide a Draft Summary Report to the COR and Egyptian Navy Representative at the end of the inspection period. 5. IDENTIFICATION OF EMPLOYEES The Contractor shall be responsible for furnishing to each employee engaged in the work to display such identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer or a duly authorized representative for cancellation upon the release of any employee. When required by the Contracting Officer, the Contractor shall obtain and submit fingerprints of all persons employed or to be employed on the project. It is the Contractor's responsibility to contact the Contracting Officer to enquire if fingerprints are required. 6. CERTIFIED TECHNICAL REPRESENTATIVE (CTR) SERVICES a. The Contractor shall furnish Certified Technical Representative(s) (CTR) for the services described in the Statement of Work. The CTR shall be thoroughly familiar with procedures and operations necessary for starting, operating, maintaining, and testing of all Syncrolift equipment. Egyptian Navy personnel will perform the actual starting of the equipment under the CTR's direction. The CTR will cooperate fully with the designated Egyptian Navy personnel while performing at the work site. The CTR shall be responsible to the designated personnel for correctness of procedures used for starting and testing. The COR will coordinate the work to be performed by the CTR and the length of his tour at the work site in accordance with the Statement of Work. The CTR shall be qualified and authorized to recommend necessary changes in the field. b. The CTR will be paid per diem in accordance with the Joint Travel Regulations (JTR's) for all days between departure from their home station, travel to Alexandria, Egypt, full tour at the Ras El Tin Naval Base site, departure on the earliest transportation available after completion of work, and return to their home station. The Contractor will be reimbursed for authorized expenses on an actual cost basis. However, the actual reimbursable expenses for meals and lodging shall not exceed the allowable per diem rates in accordance with Federal Acquisition Regulation part 31.205-46 and "outside CONUS" at http://www.defensetravel.dod.mil/site/perdiemCalc.cfm. A record of expenses from the CTR regarding such expenditure and amounts shall be included with the invoice. This record should include receipts, invoices, and other documentation that will verify expenses claimed. c. The work week will be Saturday through Thursday (six days), eight hours per day. The Government of Egypt will establish the daily work schedule. d. The Contractor will be reimbursed the actual cost expended for travel on scheduled airlines by the CTR between the CTR's home station and Alexandria, Egypt. The CTR shall utilize Coach or Economy Class air travel. The passenger receipt copy of the actual airline ticket shall be attached to the invoice for transportation costs. Receipts for ground transportation shall be included with the invoice. e. It is the Contractor's responsibility to provide all transportation, meals, and lodging. f. It is the Contractor's responsibility to obtain all clearances, visas, immunizations, travel arrangements, etc., necessary for their CTR to enter and perform work in Egypt. g. Draft Summary Report and Out-briefing: At the end of the inspection and before leaving the base, the CTR is required to present an out-briefing to the COR and the Egyptian Navy Representative with a Draft Summary Report of the findings. The CTR shall highlight all critical issues that require immediate attention or were treated during this visit. The Contractor shall electronically submit this summary report and out-briefing to the COR and Program Manager. h. Inspection Report: One copy of each inspection report, signed by the CTR, shall be submitted electronically to the COR, Program Manager, and Contract Specialist. The CTR shall prepare a report for each inspection. The inspection report shall include the following: 1. Contract number 2. Project Name/Site Location 3. Dates services were provided 4. Purpose of services including applicable contract line item number. 5. Itinerary/duration 6. People contacted 7. Findings, descriptions of events and activities 8. Field test data 9. Corrective actions 10. Conclusions and recommendations i. Inspection Reports shall be submitted electronically and in accordance with the Contractor's Data Submittal Schedule in paragraph 18 below. 7. PERFORMANCE STANDARDS The Contractor shall adhere to the following critical performance standards in executing the terms of the contract. These standards provide the methods by which the Contractor's performance will be monitored with the aid of the Government's Quality Assurance Surveillance Plan (QASP) to determine compliance with critical standards and performance objectives. The standards are designed so that surveillance by the Government is limited to what is necessary to verify the Contractor is performing the services in accordance with the terms and to the degree required by the contract requirements. a. Semi-Annual Inspections: The Contractor shall conduct each semi-annual inspection on schedule. b. Performance Threshold: The performance threshold is 90% of all semi-annual inspections shall be completed on schedule. c. Out-Briefings/Draft Summary: The Contractor shall conduct an out-briefing and prepare a draft finding summary report at the end of the inspection. d. Performance Threshold: The performance threshold is 100% of all out briefs and draft summary reports shall be completed on-time. e. Inspection Reports: The Contractor shall submit one copy of each Inspection Report to the COR, Program Manager, and Contract Specialist within 30 calendar days after the inspection services are provided. f. Performance threshold: The performance threshold is 90% of the Inspection Reports are submitted within 30 days of the inspection and are accurate. g. Customer Survey: The Contractor shall provide a customer survey to the customer once during each six month semi-annual inspection period. As a minimum, the survey shall be distributed to the Egyptian Navy Synchrolift Shipyard Commander and his staff. The survey shall cover the work completed or in progress during the previous six months. The survey shall consist of one or more forms, which identify the individual types of work to be evaluated. The Contractor shall notify the COR when the forms have been delivered and upon completion of the forms by the customer and shall provide the Contracting Officer with the original and three copies of the signed and completed survey. It shall have four check blocks with ratings of unsatisfactory, satisfactory, good and excellent and an overall performance rating using the same metrics. The Government will meet with the Contractor to review and discuss the survey results. Comments will be evaluated to identify overall performance, which can be used to continually improve the overall service by the Contractor to the Government. The forms will also serve as a basis for the Contractor and the Government to reach a mutual understanding of overall level of performance for that period. h. Performance Threshold: The Contractor's overall performance as rated by the customer survey shall be at least satisfactory on 90% of the submitted forms. Failure of the Contractor to adhere to the above performance standards in executing the terms of the contract may be a cause for withholding of payment and/or a less than satisfactory performance rating. 8. ACCIDENT PREVENTION: a. The Contractor shall comply with all applicable Egyptian laws and regulations and all applicable provisions of the current U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1. Manual can be downloaded from the following web site: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf. b. An Accident Prevention Plan (APP) shall be prepared to preclude potential accident/incidents on the job. The Contractor shall prepare and submit to the Contracting Officer the APP not later than ten calendar days prior to the start of the first inspection and shall identify potential hazards found on the job. This shall include an Activity Hazard Analyses (AHA) applicable to the work covered by the plan. c. An AHA is a tool designed to identify and mitigate hazards associated with the work. This may include situations not experienced in previous project operations or incidents where a new work crew or subcontractor is required to perform specialty work. EM 385-1-1, "Safety and Health Requirements Manual", provides the form's suggested format. d. It is the contractors' responsibility to ensure that its personnel comply with the requirements of EM 385-1-1 and the APP. Failure to meet this responsibility will result in various actions as directed by the Contracting Officer. e. Copies of the APP will be maintained in the Contractor's offices. This plan will be reviewed with the COR on a regular basis to ensure that accident prevention remains a top priority. 9. WARRANTY The Contractor shall warranty all inspection services for one year from acceptance. See Federal Acquisition Regulation (FAR) clause 52.212-4 Contract Terms and Conditions Commercial Items. 10. CONTRACTOR LIAISON WITH FOREIGN GOVERNMENT All communication by the Contractor with officials, representatives and/or offices of the Government of Egypt in all matters pertaining to the work to be accomplished under this contract shall be through and in full liaison with the Contracting Officer and/or the specified Contracting Officer's Representative. 11. COMPLIANCE WITH HOST COUNTRY RULES AND CUSTOMS a. The laws of Host Country, Egypt, may prohibit access to certain areas of the country that are under military control. The Contractor shall be responsible for advising the COR of the names of personnel, type and amounts of equipment, dates and lengths of time required at the site, and purpose of entering the Host Country, so that proper clearances may be obtained from the Host Government. It is understood that areas to which rights of entry are provided by the Host Government are to be used only for work carried out under the contract and no destruction or damages shall be caused, except through normal usage, without concurrence of the Host Government. b. The following items are the sole responsibility of the Contractor to investigate, estimate as to cost, and assume the risk, as normally encountered by Contractors on Firm-Fixed-Price (FFP) contracts. The Contractor shall be responsible for determining the effect of the following on his own cost of performance of the contract and for including sufficient amount in the contract price. 1. Official language and type of accounts satisfying the officials of the local Government. 2. Entry and exit visas, residence permits, and residence laws applicable to aliens. This includes any special requirements of the Host Government, including those required by local Labor Offices, which the Contractor may have to fulfill before an application for a regular block of visas will be accepted. 3. Passports, health and immunization certificates, and quarantine clearance. 4. Compliance with local labor and insurance laws, including payment of employer's share of contribution, collecting balance from employee and paying into insurance funds. 5. Strikes, demonstrations, and work stoppage. 6. Collection through withholding and payment to local Government, of any Host Country income tax on employees subject to tax. 7. Arranging to perform work in the host country, to import personnel, to employ non-indigenous labor, to receive payments and to remove such funds from the country. 8. Operating under local laws, practices, customs and controls, and with local unions, in connection with hiring and firing, mandatory wage scales, vacation pay, severance pay, overtime, holiday pay, 7th day of rest, legal notice or pay in lieu thereof for dismissal of employees, slowdown and curtailed schedules during religious holidays and ratio of local labor employed in comparison to others. 9. Possibility of claims in local bureaus, litigation in local courts, or attachment of local bank accounts. 10. Compliance with workmen's compensation laws and contributions into funds. Provisions of necessary medical service for Contractor employees. 11. Special license required by the local Government for setting up and operating any manufacturing plant in the host country, e.g., concrete batching, precast concrete, concrete blocks, etc. 12. Sales within the host country of Contractor-owned materials and equipment. 13. Special licenses for physicians, mechanics, tradesmen, drivers, etc. 14. Identification and/or registration with local police of imported personnel. 15. Stamp tax on documents, payments and payrolls. 16. Base passes for permanent staff, day laborers, motor vehicles, etc. 17. Compliance with all customs and import rules, regulations, and restrictions, including, but not limited to, local purchase requirements. c. The following procedures have been established for security clearances for site access by U.S. and Egyptian citizens. It is the Contractor's responsibility to ascertain the accessibility of the site to personnel of other nationalities and the procedures to be followed in this case. Final authorization for base pass approval is at the discretion of the Host Government. The procedures below are to be undertaken for the security clearance to gain access to the work site. Approximately 45 calendar days are required by the Egyptian Navy to process base passes once all required information is submitted and received by them. FOR U.S. CITIZENS (Contractor and subcontractor personnel): a. Initially, a temporary pass (15 days pass) is issued. These temporary passes take 45 days to process, under ideal conditions, after receiving the following information: 1. Original and six photocopies of a one-page, fill-in-the-blank, and data form for each applicant - sample form available at the Corps offices in Cairo and Winchester, VA. a. Photocopy of applicant's passport. b. Eight (8) personal passport size photos of each applicant. 2. Application for the permanent pass (6-Months pass) must include: a. Original and six photocopies of the data form mentioned above. b. Photocopy of applicant's passport. c. Eight recent photographs of the applicant. FOR EGYPTIAN CITIZENS (Contractor and subcontractor personnel): a. Initially, a temporary pass (1-month pass) is issued and will be renewed until a permanent pass is processed. These temporary passes take 45 days to process, under ideal conditions, after receiving the following information: 1. Four photocopies of Egyptian ID card. a. Original and four photocopies of a one-page, fill-in-the-blank data form (sample available). b. Eight (8) personal passport size photos of each applicant. 2. Application for the permanent pass (1-year pass). a. Application for the permanent pass (1-year pass) must include: • Four photocopies of Egyptian ID card. • Original and four photocopies of the data from mentioned above. • Eight recent photographs of the applicant. FOR VEHICLES: The Contractor shall provide a list of vehicles and update it to ensure that the military guards at the gates have a current list. List shall be coordinated with the on-site Contracting Officer's Representative. FOR TOOLS AND EQUIPMENT: a. The CTR is responsible to report at the Base Main-gate entrance with all tools, equipment, computers, cameras, and other equipment that will be used during the inspection, so it can leave the base at his departure. b. The Egypt Point of Contract will assist in the above process with Base Security Officer. 12. DUTIES, TAXES, AND LICENSE FEES a. All materials, equipment and supplies that are for use and/or incorporation into the project are exempt from taxes, duties, and license fees under the terms of the Agreement between the Government of the United States and the Host Government (Egypt). The Contractor warrants his price for this contract is exclusive of any such charges. b. If after the date of this contract and except for the provisions of paragraph c. below, the Contractor is required by the Host Government to pay any such taxes, duties, or license fees paid directly to the Host Government on materials, equipment, and supplies for use and/or incorporation into this project, he shall notify the Contracting Officer in writing. Upon satisfactory proof of the payment of such duties, taxes, or license fees, the Contractor will be reimbursed for the amount of payment therefore. Taxes must be paid per FAR 31.205-41(2) in order for them to be reimbursable. c. Contractor owned or controlled material, equipment and supplies sold or disposed of by the Contractor may be subject to the imposition of local duties and within the Host Country taxes. No reimbursement will be made under this clause for such transactions. 13. HOST COUNTRY TAXES AND FEES. a. The Government of Egypt, its agencies, and political subdivisions shall levy no taxes or fees on the Contractor, its subcontractors, or on any materials or equipment imported into the Arab Republic of Egypt for this project. This tax exclusion does not apply to the Government of Egypt taxes levied on the purchase of personal household goods, supplies or personal effects or automobiles in Egypt by the employees of the Contractor or employees of its subcontractors. This paragraph does not apply to Egyptian employees of the Contractor or Egyptian subcontractors or their employees. b. If, notwithstanding the above, taxes, duties or similar charges are imposed by the Government of Egypt, under the excepted circumstances described above, the costs thereby incurred by the Contractor shall be reimbursed in the amount of payment therefore-provided the Contractor complied with all requirements to avail itself of the exemption described in the paragraph above. 14. REQUIRED INSURANCE. a. The Contractor shall procure and maintain during the entire period of his performance under this contract the insurance required by Federal Acquisition clause 52.228-3, "Workmen's Compensation Insurance. b. The Contractor shall submit a copy of their insurance documents to the Contracting Officer within 10 calendar days after contract award. Prior to the commencement of work hereunder, the Contractor shall furnish to the Contracting Officer a certificate or written statement of required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the state in which this contract is to be performed in no event less than thirty 30 calendar days after written notice thereof to the Contracting Officer. 15. LANGUAGE a. Translation: Drawings, specifications, instructions, or other documents furnished to the Contractor by the U.S. Government in connection with the performance of the work will be in the English language only. Such translations thereof as are necessary or proper for the performance of the work shall be provided by the Contractor. Errors or omissions in such translations from the Government furnished drawings, specifications, instructions or other documents shall be the responsibility of the Contractor. The English text shall govern in the event of disagreements occasioned by differences between the text and the Contractor's translation of drawings, specifications, instructions or other documents furnished by the Government pursuant to the provisions of the contract. All correspondence, drawings, and other documents submitted by the Contractor shall be entirely in English, except as otherwise provided in the contract. All references in correspondence or other documents to monetary sums shall be furnished in United States Dollars. b. Discrepancy: In the event of a disagreement between the English text and any foreign language translation of this contract, the English will govern. 16. SAFEGUARDING OF INFORMATION The personnel employed on this contract may, in the performance of their assigned duties, have access to data and information pertaining to location of goods, supplies, parts, equipment, vehicles, and explosives. Knowledge of this nature is considered restricted security information. This information shall be protected and safeguarded against disclosure to any unauthorized person or party and shall be furnished or used on an official "need to know" basis only. Safeguarding of information is extended to dependents and guests of employees, who may, in any manner, obtain knowledge of the Host Government military capacity. Taking of photographs of any airport, military installation, or military facility, without prior consent, is prohibited. 17. SUBMISSION OF INVOICES a. Invoices shall be prepared and submitted in accordance with FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items. One copy shall be marked "ORIGINAL". b. Each invoice must be accompanied by the following: 1. A copy of the airline ticket 2. Receipts for ground transportation 3. A record of meal and lodging expenses with receipts 4. A copy of the Material Inspection and Receiving Report (DD Form 250) signed by the Contracting Officer's Representative or the Alternate COR. c. The Program Manager must receive a copy of the signed DD 250 Material Inspection and Receiving Report and the Inspection Report before payment will be authorized for services performed and supplies received. All submissions must be electronically submitted. 18. CONTRACTOR'S DATA SUBMITTAL REQUIREMENTS The Contractor is required to furnish the following data submittal as specified: a. CERTIFIED TECHNICAL REPRESENTATIVE (CTR) INSPECTION REPORTS: Distribution shall be made to the COR and the Program Manager. See paragraphs 4.d., 4.e., and 6.h. of this Statement of Work. b. WARRANTIES: Provide copies of warranties to the COR and Program Manager. c. DRAFT SUMMARY REPORT: Provide a Draft Summary Report to the COR and Egyptian Navy Representatives at the end of the inspections and prior to leaving the base. See paragraphs 4.f and 6.g of this Statement of Work. d. MATERIAL INSPECTION AND RECEIVING REPORT: The Contractor shall submit a DD 250 Material Inspection and Receiving Report for each inspection performed. The Material Inspectionand Receiving Report must be approved and signed by the COR or the Alternate COR. A signed copy shall be provided to the COR and a copy to the U.S. Army Corps of Engineers Program Manager. The Program Manager shall receive a copy of the signed Material Inspection and Receiving Report and the Inspection Report before payment will be authorized for services performed. 19. CONTRACTOR'S DATA SUBMITTAL SCHEDULE a. Submittals requiring approval by the Contracting Officer are so designated in the Submittal Schedule below. In the event data submittals are rejected and returned to the Contractor for correction and resubmission, the Contractor shall submit acceptable data to the Government within 10 calendar days after receipt of initial rejection. All costs for resubmission of disapproved submittals shall be borne by the Contractor. b. The required submittal(s) shall be forwarded in the times listed on the Submittal Schedule below. Note: All times listed in the Submittal Schedule are CALENDAR DAYS. THE ITEMS LISTED BELOW REQUIRE SUBMITTAL APPROVAL BY THE CONTRACTING OFFICER OR HIS AUTHORIZED REPRESENTATIVE. Required Submittal Schedule Description Delivery Dates Certified Technical Representative Inspection Reports Within 30 calendar days after inspections are completed. Warranties Within 30 calendar days after inspections are completed. Draft Summary Report Upon completion of inspections, prior to departing the base. Material Inspection and Receiving Report Within 30 calendar days after inspections are completed. 20. CLIN STRUCTURE: Base Year: CLIN 0001: Semi Annual Inspections: includes all costs to perform the inspections. This is a Firm-Fixed-Price. CLIN 0002: Travel Costs associated with the Inspections. This is an at cost action and shall be reimbursed according to the receipts provided. Option Year: CLIN 0001A: Semi Annual Inspections: includes all costs to perform the inspections. This is a Firm-Fixed-Price. CLIN 0002A: Travel Costs associated with the Inspections. This is an at cost action and shall be reimbursed according to the receipts provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-17-T-0004/listing.html)
- Place of Performance
- Address: Alexandria Egypt, Egypt
- Record
- SN04331400-W 20161119/161117234752-7f76570c38c930d0d226b2eca7d49c3e (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 |