Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

99 -- deck installation

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N62793 Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, VA 4101 Washington Avenue Bldg. 2 Newport News, VA
 
ZIP Code
00000
 
Solicitation Number
N6279311RA183
 
Response Due
10/11/2011
 
Archive Date
11/11/2011
 
Point of Contact
Glenn Erwine and Chris Wilson 757-688-3285 HAROLD STUBBS
 
E-Mail Address
hd@cvn71.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) USS THEODORE ROOSEVELT (CVN71) TRAINING AND DECK INSTALLATION 1.0 SCOPE OF REQUIREMENT USS Theodore Roosevelt (CVN71) is conducting a Refuel and Complex Overhaul (RCOH) at Huntington-Ingalls Newport News (HI-NN) Shipyard. During the refitting period, ship s living and working spaces are being refurbished. The spaces are being partially contracted out for repair and those spaces that have not been commercially contracted will need to be replaced with PRC or One Step Terrazzo by ship s force personnel. The objective of this task is to obtain training for the ship s force (SF) personnel that will be completing the required deck installation. 1.1 PLACE OF PERFORMANCE Work will be performed onboard CVN-71 currently located at HI-NN Shipyard. The specific compartments onboard the ship will be identified by CVN-71 Work Control. 1.2 GOVERNMENT FURNISHED RESOURCES None. 1.3 HOURS OF OPERATIONS The successful contractor shall be available from 7:00 a.m. to 3:00 p.m., Monday through Friday, excluding Federal Holidays, beginning October 17, 2011 and ending October 28, 2011. No overtime required. 1.4 PERIOD OF PERFORMANCE Performance period is estimated to begin October 17, 2011 (or earlier pending contract award and security requirements are met). As per the terms and conditions of the contract, the tasks(s) will be completed within 15 workdays, with the ability to extend for an additional 5 workdays (not exceeding 20 days), if it is deemed necessary. 1.5 POINTS OF CONTACT Contracting Officer Representative (COR) Ms. Christine Wilson Phone (757) 688-8532 Email: christine.wilson@supshipnn.navy.mil Contracting Officer (CO) Ms. Joyce Williams Phone (757) 380-4423 Email: joyce.williams@supshipnn.navy.mil Technical Point of Contact (TPOC) QMC (SW/AW) Harold Stubbs Phone: (757) 534-1093 Email: stubbshd@cvn71.navy.mil 1.6 KEY PERSONNEL Contractor shall demonstrate the ability to provide qualified and experienced personnel in the completion of this task. Key project personnel shall have successfully participated in the completion of similar projects and have experience in the removal and installation of decking on US Navy Ships. All contractors and subcontractor personnel working on this task order shall be eligible for access to HI-NN. NOTE: Key personnel may not be added to the task without express approval of the Contracting Officer s Representative (COR). The COR will attach a copy of the request and approval to the CO via electronic mail. State the specific Security Clearance level that personnel must possess. 1.7 STANDARDS OF CONDUCT The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor will be responsible for taking such disciplinary action with respect to its employees as may be necessary. 2.0 DESCRIPTION OF REQUIREMENT 2.1 PROVIDE TRAINING FOR CVN-71 DECK INSTALLATION TEAM All tasks will performed at a time agreed upon by the government after award. The training program will include both classroom and applied work, with an emphasis On-the-Job-Training (OJT). Training will include the following topics: Removal of previous decking to meet SP-11 standards Priming and preparing surface for deck installation Installation of underlayment Installation of PRC and One Step Terrazzo Removal of VCT tiles only, leaving underlayment intact Application of topcoat on existing underlayment 2.2 PROVIDE STARTER KIT FOR DECK INSTALLATION Provide the equipment required for two (2) deck installation teams, assuming no equipment available. This equipment should be everything required for a team up to 25 personnel to prep, prime, and install underlayment and VCT. Starter kit material will remain as government property following the training. 2.3 PROVIDE MATERIAL FOR DECK INSTALLATION TRAINING Material for the spaces that will be used for the OJT will be provided by the contractor. This should include sufficient material for up to 2,000 square feet of deck installation(1,000 PRC and 1,000 One Step Terrazzo). If ship s force personnel are sufficiently trained at less than 2,000 square feet training will be no longer required and the contractor will be prorated for the amount of square footage trained. Identify specific amounts of material needed. Manufacturer of the material shall be listed in qualified products list QPL 24613-11. Products shall be from NAVSEA approved marine deck coating suppliers. 2.4 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The contractor shall submit as part of their proposal, a quality assurance surveillance plan (QASP), detailing how they will ensure that quality work will be produced. In addition, the QASP shall include procedures for ensuring sensitive information is safeguarded. The contractor shall submit as part of their proposal, a timeline for implementation and milestone for task completion. The specific priority for file conversion will be determined after award. 2.5 INSPECTION AND ACCEPTANCE Only the Contracting Officer (CO) or Contracting Officer s Representative (COR) has the authority to inspect, accept or reject all deliverables. All rejected deliverables will be corrected at the contractor s expense with no additional cost to the government. Final inspection of all deliverables shall be provided in writing. 2.6 PAYMENT AND INVOICING INVOICE INSTRUCTIONS (NAVSEA) (JUN 2007) (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) XInvoice and Receiving Report Combo (FFP Supply) Invoice 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 DODAACN62793 Admin DODAACN62793 Pay Office DODAACN6282B Inspector DODAAC Service Acceptor DODAAC Service Approver DODAAC Ship To DODAACN62793 DCAA Auditor DODAAC LPO DODAAC Inspection LocationDestination Acceptance LocationDestination 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: Acceptor email christine.wilson@supshipnn.navy.mil LPO cevdet.ceribasi@supshipnn.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) The WAWF system has not yet been implemented on some Navy programs; therefore, upon written concurrence from the cognizant Procuring Contracting Officer, the Contractor is authorized to use DFAS s WInS for electronic end to end invoicing until the functionality of WInS has been incorporated into WAWF. (h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NAVSEA WAWF point of contact Andrew Schnure at (757) 688-7478 or Andrew.schnure@supshipnn.navy.mil. 3.0 REPORTING DELIVERABLES In accordance with the basic contract, the following Contracting Data Requirements List (CDRL)s are required: A001- Weekly CDRL 3.1 WEEKLY STATUS REPORT The contractor shall provide the customer with a weekly status report of how the trainees are progressing. 4.0 PERFORMANCE METRICS AND QUALITY STANDARDS 5.0 METHOD OF AWARD Small Business set aside 100% 5.1 SCHEDULE CONTRACT TASK ORDER 5.2 EVALUATION FACTORS Award will be based on Past Performance and Price. 5.3 PAST PERFORMANCE The Contractor shall describe two projects the company has completed within the past three years, which are equal to or similar in scope of this requirement. The Contractor shall include points of contact, titles, telephone numbers, and e-mail addresses (if available). The Contractor shall provide the task dates and pertinent information in order to demonstrate how the previous tasks are comparable to this requirement. 5.4 FIRM-FIXED PRICE SUBMISSION Contractor s solutions will be evaluated to determine price realism and reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable for the solution proposed, and may receive no further consideration. Pricing should be submitted and award will be made as a firm-fixed priced contract. Solicitation Number: N62793-11-R-A183 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is N62793________ and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The USN NAVSEA SUPSHIP Newport News requires the following items, Exact Match Only, to the items posted above. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by emailing the Point Of Contact posted. Questions not received within a reasonable time prior to close of the solicitation may not be considered*** New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. FOB Destination shall be Suffolk, VA 23435. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Additional Info: CHRISTINE WILSON 757-688-3285 Contracting Office Address: 4101 Washington Ave Bldg 2, Newport News, VA 23607 Place of Performance: Huntington-Ingalls Newport News (HI-NN) Shipyard Point of Contact(s): Glenn Erwine, Tel 757-688-0906
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N6279311RA183/listing.html)
 
Place of Performance
Address: Huntington-Ingalls Newport News (HI-NN) Shipyard, Newport News, VA
Zip Code: 23607
 
Record
SN02590453-W 20110925/110923235920-f7e8eb83cf2e9f73ee3f42e55229f6b9 (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.