Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2009 FBO #2883
SOLICITATION NOTICE

J -- Boat Repair

Notice Date
10/14/2009
 
Notice Type
Presolicitation
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133110T1701
 
Response Due
11/6/2009
 
Archive Date
12/31/2009
 
Point of Contact
Ted Blume 850-234-4239, or Contracting Officer Todd Doucett at 850-235-5817.
 
E-Mail Address
theodore.blume@navy.mil
(theodore.blume@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial item is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Requests For Quotations (RFQs) are being solicited and a written RFQ will not be issued. Solicitation number N61331-10-T-1701 is issued as a RFQ using FAR Subpart 13.1 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is being solicited competitively from qualified small businesses and this requirement is 100% set aside for small business. The applicable NAICS Code is 336611 and the size standard is 1000 employees. Please identify your business size in your response based upon this standard. The Government will deliver the craft to the successful offeror's facility and will pick up upon completion. To limit Government cost, and minimize amount of fuel in the tanks at dry docking, offeror facilities shall be located within fifty (50) miles of NSWC PCD. Those vendors responding to this solicitation must certify that a 68 foot PSC-12 boat can be removed from the water for this work. A site visit is scheduled for pre-quote inspection of PSC-12 on 27 October 2009 at 9:00am Central Daylight Time. Vendors planning to attend shall contact Ted Blume (Contract Specialist) prior to 20 October 2009 and provide the following information: Visitor(s) name, Nationality (i.e. US Citizen or Foreign National) and the company information. The solicitation close date is 06 November 2009. The close time is 1200 EST. POC is Ted Blume, Code B32, telephone (850) 234-4239; fax (850) 234-4197; or e-mail address theodore.blume@navy.mil. Questions will not be answered by telephone. EMAIL is the preferred method of submitting quotation packages. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration (CCR) and shall include cage code with quotation. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. No quotes via telephone will be processed. This solicitation is for the purchase of the following line item: CLIN 0001 - 1 Lot - PERFORM DEPOT LEVEL REPAIRS; In accordance with paragraph 3.2 of the Statement of Work (SOW) (See Attached) The required delivery date is: 60 days ARO Ship to address: Contractor Facility Inspection/Acceptance: Government/Origin The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is: DO-C9 The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities- 52.203-6, Restriction on Subcontractor Sales to the Government with its Alternate I - 52.212-1, Instructions to Offerors- 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy with offer or indicate it is available at the ORCA website https://orca.bpn.gov) - 52.212-4, Contract Terms and Conditions-Commercial Items- 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items -52.219-28, 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-52.222-26, Equal Opportunity-52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-52.222-36, Affirmative Action for Workers with Disabilities-52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -52.225-13, Restrictions on Certain Foreign Purchases -52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration -52.247-34, FOB Destination-252.204-7004 Alt A, Required Central Contractor Registration -252.209-7001, Disclosure of ownership or control by the government of a terrorist country-252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy with offer)-252.211-7003, Item Identification and Valuation-252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items-252.225-7001 Buy American Act and Balance of Payments Program-252.225-7012, Preference for certain domestic commodities-252.232-7003 Electronic Submission of Payment Requests-252.247-7023 Transportation of Supplies by Sea (Alt. III)-252.247-7024 Notification of transportation of supplies by sea In addendum to FAR Clause 52.212-4 the following is hereby added: INVOICE INSTRUCTIONS (WAWF) (a) In accordance with the clause of this contract entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment. (b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor Quick Reference Guides also are available at http://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are "Getting Started for Vendors" and "WAWF Vendor Guide". (c) The designated CCR EB point of contact is responsible for activating the company's CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under the company's CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company's CAGE code at https://wawf.eb.mil. (d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF: Type of Document (contracting officer check all that apply) Invoice (FFP Supply & Service)Invoice and Receiving Report Combo (FFP Supply)XInvoice as 2-in-1 (FFP Service Only)Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)Receiving Report (FFP, DD250 Only) DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable) Issue DODAACN61331Admin DODAACN61331Pay Office DODAACN68732Inspector DODAACService Acceptor DODAACService Approver DODAACShip To DODAACN61331DCAA Auditor DODAACLPO DODAACN61331Inspection LocationSee Section EAcceptance LocationSee Section E Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes. (e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on "Send More Email Notification" and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF. Send Additional Email Notification To: Edward.d.jones@navy.mil;Theodore.blume@navy.mil (f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO. (g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866-618-5988 number or the NSWC Panama City WAWF point of contact June Fordham at (850) 234-4755 or june.fordham@navy.mil. The NSWC Panama City WAWF alternate point of contact is Colette Hazard at (850) 235-5363 or colette.hazard@navy.mil. The following clause is incorporated in full text. 52.212-2 -- Evaluation -- Commercial Items (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b6841f57bac9162420cca926ad44d9d)
 
Record
SN01985110-W 20091016/091014234800-2b6841f57bac9162420cca926ad44d9d (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.