SOLICITATION NOTICE
13 -- Igloo Storage Services - Attachment 0003 - AMSTA-AR-1350 - Attachment 0005 - Standard Form LLL - Exhibit A - CDRLs - A001-A004 - Attachment 0001 - Price Matrix - Attachment 0002 - DD 2345 - Attachment 0004 - AMSTA-AR Form 3002 - Exhibit A - CDRL A005
- Notice Date
- 11/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN16R0036
- Archive Date
- 12/21/2016
- Point of Contact
- Magda M. Szymanski, Phone: 9737243832, Marc A. McCloud, Phone: 973-724-1394
- E-Mail Address
-
magda.m.szymanski.civ@mail.mil, marc.a.mccloud.civ@mail.mil
(magda.m.szymanski.civ@mail.mil, marc.a.mccloud.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- See attached. See attached. See attached. See attached. See attached. See attached. See attached. 1. The US Army Contracting Command - New Jersey (ACC-NJ), Picatinny, New Jersey 07806-5000, on behalf of the Office of the Project Manager for Combat Ammunition Systems, intends to issue a non-competitive Request for Proposal (RFP) for the storage, material handling, maintenance, inspections and transportation of 155mm artillery ammunition to be stored in Igloos at Camp Navajo in accordance with the Statement of Work (SOW) (See Section 3, entitled Description/Specifications/Work Statement). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. This solicitation will be a sole source contract to Arizona Department of Emergency and Military Affairs (AZDEMA) Ordnance Operations Department (OOD), Camp Navajo, 2 Hughes Avenue Bellemont, Arizona 86015. Solicitation W15QKN-16-R-0036 is issued as a Request for Proposal (RFP). The contract type contemplated is Firm-Fixed Price. The requirement will consist of one (1) base year with four (4) options for a total of five (5) years. The associated SIC/NAICS code for this acquisition is 493190; Small Business size standard is $27,500,000. 2. SCHEDULE OF SUPPLIES/SERVICES: Submit pricing for the following Contract Line Item Numbers (CLINs) by utilizing the price matrix (See Attachment 1) CLIN DESCRIPTION QTY/UNIT UNIT PRICE* AMOUNT* 0001 Igloo storage 12 MO ________ ______ at Camp Navajo 0002 Option 1 - 12 MO ________ ______ Extension of Igloo Storage Services 0003 Option 2 - 12 MO ________ ______ Extension of Igloo Storage Services 0004 Option 3 - 12 MO ________ ______ Extension of Igloo Storage Services 0005 Option 4 - 12 MO ________ ______ Extension of Igloo Storage Services 0006 Contract Data 1 LO **NSP **NSP Requirements List (CDRL) 0007 Contractor Manpower Reporting 1 LO _________ ______ (CMR)**** *Utilize price matrix to calculate the unit price and amount for CLINs 0001-0005. **Not Separately Priced. ***Inspection and acceptance at origin ****For CLIN 0007, the Website address is http://www.ecmra.mil/. (See SOW, Para. C.4) 3. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT CONTRACT STATEMENT OF WORK (SOW) STORAGE AND TRANSPORTATION OF 155MM ARTILLERY AMMUNITION FOR THE OFFICE OF PROJECT MANAGER FOR COMBAT AMMUNITION SYSTEMS (PM CAS) C.1 SCOPE C.1.1 OBJECTIVE: The contractor shall supply man-hours, materials, and facilities to provide proper security, storage, material handling, maintenance, inspection and transportation of artillery ammunition including fully-inert items as well as energetic items with hazard class 1, further assigned hazard division 1.1, 1.2, 1.3 or 1.4. C.1.2 BACKGROUND: Total Ammunition Management Information System (TAMIS) policy dictates that test centers such as proving grounds may no longer be used for long-term storage of ammunition including all-up-rounds, components and inert simulants. Yuma Proving Ground (YPG), located in southwest Arizona, is the primary test center for PM-CAS artillery ammunition. In order to comply with policy and to reduce the storage footprint at YPG, since 2009 PM-CAS has been utilizing storage space at Camp Navajo (CN), in central Arizona at Bellemont near Flagstaff, due to its proximity to YPG so that items could be transferred on short notice if necessary. This effort had been managed by US Property and Fiscal Office (USPFO) headquartered in Phoenix, AZ and was established under an Interservice Support Agreement (ISSA) that was terminated on September 30, 2015. Management transferred on October 1, 2015 to State of Arizona, Department of Emergency and Military Affairs (AZDEMA). This contract shall be used for continuation of effort at CN through AZDEMA. C.2 APPLICABLE DOCUMENTS C.2.1 DRAWINGS SK-CP-0012 155mm PXR6377 Slugger Projectile no date 9236063D 155mm PXR6325 (M549 SIM) Load Assembly and Marking 16 Oct 2000 9272019J Expulsion Charge Assembly 11 Mar 2014 9326055U 155mm M549A1 Metal Parts Assembly 29 Jan 2016 9381131L 155mm PXR6377 (M864 Slugger) Projectile unknown 9381450B 155mm M483A1 Inert Projectile 13 Apr 1990 10535925Y 155mm M107 Metal Parts Assembly 23 Jun 2010 12914056A 155mm M864 Extended Range Inert 04 Feb 1997 12972388C Liner Assembly (used on 155mm M232/M232A1) 07 Mar 2008 13001668 Igniter Assembly for 155mm M231/M232/M232A1 26 Aug 2005 13025212 Interface, MACS, for 155mm Howitzer (sheet 1A, Markings for MACS Live-Case/Inert-Fill (L.C.I.F.)) 23 Jan 2009 C.2.2 HAZARDOUS COMPONENT SAFETY DATA SHEETS (HCSDS) / INTERIM HAZARD CLASSIFICATION (IHC) HCSDS 20M Explosive Composition, Black Powder 10 Aug 2009 HCSDS 860Z Components, Combustible 23 Feb 2016 HCSDS 2631A Propelling Charge, 155mm, M231 20 Sep 2006 HCSDS 2632A Igniter, Subassembly, Core Bag, Loading, f/Charge Propelling, 155mm M231, M232 and M232A1 02 Jun 2005 HCSDS 2634A Igniter, Tie-End Bag, Loading, f/Charge, Propelling, 155mm M231, M232 and M232A1 02 Jun 2005 HCSDS 2635A Igniter, Subassembly, End Bag Loading, f/Charge Propelling, 155mm M231, M232 and M232A1 02 Jun 2005 HCSDS 2636A Propellant, PAP7993 20 Sep 2006 HCSDS 2637 Propellant, WC864 22 Aug 2000 HCSDS 2697B Propelling, Charge, 155mm, M232 and M232A1 28 Feb 2006 HCSDS 2698B Propellant, M31A2 28 Feb 2006 IHC 140GG-N IHC for Igniter, Assembly, f/ Charge, Propelling, 155mm M231/M232 23 Mar 2016 C.2.3 OTHER DOCUMENTS AR 5-13 Total Army Munitions Requirements and Prioritization Policy 08 Oct 2015 DoD 4500.9-R Defense Transportation Regulation, Part 2 11 Apr 2016 DoD 5100.76-M Physical Security of Sensitive Conventional Arms, Ammunition, and Explosives 17 Apr 2012 DoDD 5230.25 Withholding of Unclassified Technical Data From Public Disclosure 18 Aug 1995 DoDI 5230.24 Distribution Statements on Technical Documents 23 Aug 2012 MIL-STD-963 Data Item Descriptions (DIDs) 31 Aug 1997 C.2.4 DATA ITEM DESCRIPTION (DID) DI-ADMN-81505 Record of Meeting Minutes Report 20 Nov 1995 DI-ADMN-80447A Contract Summary Report 08 Nov 2006 DI-MGMT-80442 Report of Receipts, Inventory, Adjustments and Shipments of Government Property 17 Sep 1987 DI-MGMT-80899 Hazardous Waste Report 07 Sep 1989 DI-SAFT-81563 Accident/Incident Report 02 Jun 1998   C.3 REQUIREMENTS C.3.1 STORAGE / FACILITIES: C.3.1.1 Contractor shall provide sufficient storage facilities (e.g., igloos, magazines, warehouse, etc.) and labor to meet PM CAS requirements that are consistent with Department of Defense (DOD), Department of Army (DA), DEMA and CN regulations, policies and procedures governing the handling and storage of hazardous materials. Contractor shall comply with all established safety, security and environmental regulations, additionally ensuring that all Federal, State and Local statutes are adhered to. The most stringent of these will be used in all instances. C.3.1.2 Contractor shall have approved Explosive Safety Site Plan and applicable Environmental Assessments required for the assignment of the appropriate storage facilities to support PM CAS requirements including hazard division 1.1, 1.3 and 1.4 energetic materials. CN Explosive Safety Staff shall ensure the storage, handling and transportation of this material presents no additional hazard to CN personnel, equipment and materials. C.3.1.3 Contractor shall provide trained and certified personnel, as necessary, to perform receipt, handling, storage and security. Contractor shall also establish training and certification programs to accommodate the requirements of PM CAS for any special handling requirements, if necessary. C.3.1.4 Contractor shall provide the facility support services for PM CAS related facilities to include fire prevention and protection (e.g., 50 foot clear zone around and over igloo), refuse collection and disposal, pest control, custodial, snow removal and ice alleviation, facility engineering and environmental management C.3.1.5 Contractor shall support PM CAS in their desire to consolidate materiel in order to reduce the total number of igloos and thereby reduce overall financial burden. PM CAS goal is to reduce at least three igloos overall at a rate of at least one igloo per year within the first three years after contract award. C.3.2 INVENTORY MANAGEMENT: C.3.2.1 Contractor shall establish and maintain a system for administering accountability, issue and receipt history and current inventory balance for control of PM CAS material as owned by the Government. Contractor shall provide stock control to address and accommodate CN's responsibilities in managing on-site supplies to include receipts, issues and shelf life. C.3.2.2 Contractor shall conduct periodic physical inventory as directed and as mutually agreed for schedule between CN and PM CAS, in compliance with Physical Inventory and Records requirements. C.3.2.3 Contractor shall provide and maintain library space to support all PM CAS unique technical documents and any additional requirements to support the PM CAS mission. All publications from PM CAS will be treated as "For Official Use Only" (FOUO) unless the documents have a higher classification. C.3.3 INSPECTION / SURVEILLANCE: C.3.3.1 Contractor shall provide Quality Assurance Specialists Ammunition Surveillance (QASAS) support for verification services related to PM CAS material handling, maintenance, storage and inspections, if required by applicable DOD policy. Additionally shall provide QASAS technical support for PM CAS managed materials with oversight/or shelf life, explosive safety and related matters. C.3.3.2 Contractor shall provide periodic inspection of facilities and materials in storage to assure the safety and security of PM CAS managed material, and submit reports (both routine and exception) as necessary or directed by PM CAS. C.3.3.3 Contractor shall perform magazine inspections by QASAS personnel yearly, lightning protection testing every two years and lightning protection visual inspection every six months. C.3.3.4 Contractor shall support PM CAS and externally directed safety, security, technical and administrative inspections to ensure CN compliance with PM CAS provided systems and procedures, on DODESB approved lightning prediction system. For on-site inspections, Contractor shall provide badging and other administrative support customary with visitors. C.3.4 TRANSPORTATION: C.3.4.1 Contractor shall provide trained and certified personnel as necessary to perform receipt, storage, shipment and care of supplies in storage, in-transit movement of materiel and periodic inspections. PM CAS will provide funding for any receipts. C.3.4.2 Contractor shall provide off-post transportation arrangement as directed by PM CAS including preparation of logistic documentation (e.g. Bill of Lading) for any PM CAS material being shipped from CN. PM CAS will provide funding for any shipments. C.3.5 SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (AA&E) C.3.5.1 Contractor shall comply with the requirements of DoD 5100.76-M regarding physical security of sensitive conventional arms, ammunition and explosives. The edition of DoD 5100.76-M in effect on the date of issuance of the solicitation for this contract shall apply. Contractor shall allow representatives of the Defense Security Service (DSS), and representatives of other appropriate offices of the Government, access at all reasonable times into its facilities, for the purpose of performing surveys, inspections, and investigations necessary to review compliance with the physical security standards applicable to this contract. C.3.5.2 Contractor shall comply with the Physical Security requirements for PM CAS material being stored at CN based upon the Security Risk Categories (SRC) determined by PM CAS as the DoD component item managers. C.3.5.2.1 All hazard division 1.1, 1.2 and 1.3 energetic materials have SRC of IV. C.3.5.2.2 All hazard division 1.4 energetic materials as well as all fully-inert non-explosive non-hazardous material have SRC of CAT-U (Uncategorized). C.3.5.3 Contractor will comply with Defense Transportation Regulation 4500.9-R, Part 2 Cargo Movement for transportation of sensitive conventional AA&E including PM CAS material. C.3.6 REPORTING C.3.6.1 Post Award Meeting: Contractor shall host a post award meeting at the CN facility to include contracts, management and technical personnel no later than 30 days after contract award. Contractor shall provide the government with minutes of the post award meeting in their format (DI-ADMN-81505) no later than 14 business days after post award meeting. C.3.6.2 End of Contract Report: Contractor shall submit an End of Contract Report (DI-ADMN-80447A) within 35 business days following completion of activities under this contract. C.3.6.3 Inventory Reports: Contractor shall submit a Report of Receipts, Inventory, Adjustments and Shipments of Government Property (DI-MGMT-80442) in their format within 30 days after contract award and within 5 days of the end of each calendar month that PM CAS items are received and/or shipped. C.3.6.4 Environmental: All activities must be in compliance with Federal, State, and local environmental laws and regulations, Executive orders, treaties and agreements. Contractor shall evaluate the environmental consequences and identify the specific types and amounts of hazardous waste being generated during the conduct of efforts undertaken under this contract related to PM CAS material (DI-MGMT-80899). C.3.6.5 Safety: Contractor shall immediately report any major accident / incident (including fire) resulting in any one or more of the following: causing one or more fatalities or one or more disabling injuries; damage of Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract, such that personal injury or property damage may be involved; identifying a potential hazard requiring corrective action (DI-SAFT-81563). C.3.7 TECHNICAL DATA AND DISTRIBUTION STATEMENTS C.3.7.1 155mm Modular Artillery Charge System (MACS) is on the Military Critical Technologies List therefore MACS technical data is restricted by the Army Export Control Act. The distribution statement on MACS data will be "F" in accordance with DOD Instruction 5230.24. Furthermore, all documents are marked with an Export Control Warning. Contractor will properly control such documents and only disseminate in accordance with provisions of DOD Directive 5230.25. C.3.7.2 All other documents related to PM CAS material will be treated as "For Official Use Only" (FOUO) unless the documents have a higher classification. C.4 Accounting for Contract Service C.4.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. C.4.2 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Excalibur Engineering Services via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon for the DoD organization that is receiving or benefitting from the contract services. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost: (10) Organizational title Associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information): (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). C.4.3 As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this requirement. 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, beginning with 2016. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMRA website. C.4.4 Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. C.4.5 The contractor shall utilize the following UIC number in their Contract Service submissions: W6DTAA. 4. Local/FAR/DFARS Clauses The following local clauses apply in full text: 52.224-4001 Disclosure of Unit Price Information (AS7029) (Oct 2010) This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. 52.246-4000 Acceptance (ES6901) (Sep 2015) [X] Acceptance will be at the Contractor's plant [ ] Acceptance will be at destination [ ] Destination for FAT Report 52.246-4001 Government Procurement Quality Assurance Actions (ES6902 (Oct 2010) Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government's Quality Assurance Representative (QAR) at: [X] Contractors Plant [ ] Destination [ ] Other: The Contractors plant except for tests conducted at a Government Facility or Proving Ground 52.232-4003 Invoicing (GS6032) (Oct 2010 Contractor to invoice after acceptance and approval of the deliverable upon delivery. COR/Technical Point of Contact Name: <William L. Heally> Address/Office Symbol: <RDECOM> Telephone: <973-724-4776> Email: William.l.healy4.civ@mail.mil The COR/Technical Point of Contact shall certify all ivoices as follows: "Acceptance of items or services listed herein has been made by me or under my supervision and they conform to the contract except as noted herein or on supporting documents." Signature: ____________________________ Printed Name: _________________________ Title: ________________________________ Date supplies/services accepted ___________ Telephone: ____________________________ The following FAR Clauses apply: FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition along with the following FAR clauses under FAR 52.212-5 that the contracting officer hereby incorporated into the contract by reference: 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.233-3, Protest After Award (AUG 1996), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-54, Employment Eligibility Verification (Jan 2009), 52.232.30, Installment Payments for Commercial Items (Oct 1995), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), and 52.222-41, Service Contract Act of 1965 (Nov 2007). The following additional FAR/DFARS Clauses apply to this acquisition by reference: 52.203-16 Preventing Personal Conflicts of Interest (Dec 2011) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.232-18 Availability of Funds (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.243-1 Changes - Fixed-Price (ALT II) (Aug 1987) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) 52.247-68 Report of Shipment (REPSHIP) (FEB 2006) The following DFARS clauses apply to this acquisition: 252.201-7000 Contracting Officer's Representative (Dec 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.223-7002 Safety Precautions for Ammunition and Explosives (May 1994) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7015 Technical Data--Commercial Items (Feb 2014) 252.227-7037 Validation of Restrictive Markings on Technical Data (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.243-7002 Requests for Equitable Adjustments (Dec 2012) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) The following FAR/DFARS/local clauses is incorporated in full text: 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm or http://farsite.hill.af.mil/VFAFARa.HTM 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provisions may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The contracting officer may exercise the option by written notice to the contractor within 30 days. The option exercise periods are stated below: Option 1 - 15 November 2017 to 14 November 2018 Option 2 - 15 November 2018 to 14 November 2019 Option 3 - 15 November 2019 to 14 November 2010 Option 4 - 15 November 2010 to 14 November 2011 52.223-3: Hazardous Material Identification and Material Safety Data (Jan 1997) (a) "Hazardous material," as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material Identification No. TBD TBD (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to - (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of Clause) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (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 System for Award Management 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). Invoice as 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. TBD (3) Document routing. The Contractor shall use the information in theRouting Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC TBD Issue By DoDAAC W15QKN Admin DoDAAC W15QKN Inspect By DoDAAC TBD Ship To Code TBD Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A ------------------------------------------------------------------------ (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. (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. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 52.232-4003 INVOICING (GS6032) (Oct 2010) Contractor to invoice after acceptance and approval of the deliverable upon delivery. COR/Technical Point of Contact Name: <William L. Healy> Address / Office Symbol: <RDECOM> Telephone: <973-724-4776> Email: <William.l.healy4.civ@mail.mil> The COR/Technical Point of Contact shall certify all invoices as follows: "Acceptance of items or services listed herein has been made by me or under my supervision and they conform to the contract except as noted herein or on supporting documents." Signature: ________________ Printed Name: ________________ Title: _______________ Date supplies delivered/services performed: _____________ Date supplies/services accepted: ______________ Telephone: ________________ 52.223-4000 PHYSICAL SECURITY STANDARDS FOR SENSITIVE ITEMS (AS7002) 1. When the contract contains sensitive conventional Arms, Ammunition and Explosives (AA&E) the contractor will be required to provide proper storage and accountability. These standards are set forth in Department of Defense (DOD) 5100.76-M, dated August, 2000, entitled "Physical Security of Sensitive Conventional Arms, Ammunition and Explosives". 2. Prior to any contract being awarded, the contractor facility must first have a pre award Physical Security Inspection of their facility conducted by the Defense Security Service (DSS). See DOD 5100.76-M, Appendix 2, Attachment 1, for a listing of DSS regions. Contractor facilities, including any subcontractors, that do not meet all of the security requirements of DOD 5100.76-M will not be awarded a contract until such time as they correct all deficiencies noted in the DSS inspection. 3. When the contract requires transportation of Sensitive Conventional AA&E, the standards set forth in Defense Transportation Regulation 4500.9-R., Defense Traffic Management, shall be followed. 4. The following website is provided to obtain the publications identified above: http://www.dla.mil/J-6/DLSMO/elibrary/Manuals/regulations/asp 252.223-7001: Hazard Warning Labels (Dec 1991) (a) "Hazardous material," as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract. (b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labelling requirements of one of the following statutes: (1) Federal Insecticide, Fungicide and Rodenticide Act; (2) Federal Food, Drug and Cosmetics Act; (3) Consumer Product Safety Act; (4) Federal Hazardous Substances Act; or (5) Federal Alcohol Administration Act. (c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labelled in accordance with one of the Acts in paragraphs (b) (1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard. MATERIAL ACT TBD TBD (d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract. (e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract).  252.223-7007 SAFEGUARDING ARMS, AMMUNITION, AND EXPLOSIVES (AA&E) (a) Definition. "Arms, ammunition, and explosives (AA&E)," as used in this clause, means those items within the scope (chapter 1, paragraph B) of DoD 5100.76-M, Physical Security of Sensitive Conventional Arms, Ammunition, and Explosives. (b) The requirements of DoD 5100.76-M apply to the following items of AA&E being developed, produced, manufactured, or purchased for the Government, or provided to the Contractor as Government-furnished property under this contract: SENSITIVITY/CATEGORY NOMENCLATURE CATEGORY NATIONAL STOCK NUMBER TBD TBD TBD (c) The Contractor shall comply with the requirements of DoD 5100.76-M, as specified in the statement of work. The edition of DoD 5100.76-M in effect on the date of issuance of the solicitation for this contract shall apply. (d) The Contractor shall allow representatives of the Defense Security Service (DSS), and representatives of other appropriate offices of the Government, access at all reasonable times into its facilities and those of its subcontractors, for the purpose of performing surveys, inspections, and investigations necessary to review compliance with the physical security standards applicable to this contract. (e) The Contractor shall notify the cognizant DSS field office of any subcontract involving AA&E within 10 days after award of the subcontract. (f) The Contractor shall ensure that the requirements of this clause are included in all subcontracts, at every tier-- (1) For the development, production, manufacture, or purchase of AA&E; or (2) When AA&E will be provided to the subcontractor as Government-furnished property. (g) Nothing in this clause shall relieve the Contractor of its responsibility for complying with applicable Federal, state, and local laws, ordinances, codes, and regulations (including requirements for obtaining licenses and permits) in connection with the performance of this contract. (End of clause) 5. CONTRACT ADMINISTRATIVE DATA Marc A. McCloud Procuring Contracting Officer (PCO) Building 10, Picatinny Arsenal, NJ 07806-5000 Phone: (973) 724-1394 Email: marc.a.mccloud.civ@mail.mil Magda Szymanski Contract Specialist Building 10, Picatinny Arsenal, NJ 07806-5000 Phone: (973) 724-3832 Email: magda.m.szymanski.civ@mail.mil This is a DPAS rated order in accordance with FAR 52.211- 15. The rating is D0-C9. The proposal shall be submitted via email to the following point of contact: Ms. Magda Szymanski, magda.m.szymanski.civ@mail.mil. The proposal must be received no later than 6 Dec 2016, 1500 EST. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror. 6. List of Documents, Attachments and Exhibits Attachments Description/Remarks Exhibit A Contract Data Requirements List, DD Form 1423s 0001 Pricing Matrix 0002 DD 2345 Military Critical Technical Data Agreement 0003 AMSTA-AR-1350 - Technical Data Request Questionnaire 0004 AMSTA-AR Form 3002 Clearance of Technical Information for Public Release 0005 Standard Form LLL Disclosure of Lobbying Activities
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/011cd410ec9665d7395e36825d702a50)
- Record
- SN04334360-W 20161124/161122234521-011cd410ec9665d7395e36825d702a50 (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 |