Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

20 -- USNS ALAN SHEPARD Cargo Hold Modification - J&A

Notice Date
3/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-R-3008
 
Point of Contact
Donnie S. Leger, Phone: 7574435900, Ricky Jennings, Phone: 757-443-5961
 
E-Mail Address
donnie.leger@navy.mil, ricky.jennings@navy.mil
(donnie.leger@navy.mil, ricky.jennings@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number N40442-12-R-3008 and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective 02 March 2012. NAICS code 336611 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price contract for USNS ALAN SHEPARD to US JOINER, LLC of Crozet, VA for the following services: The requested period of performance for the below service is 12 APRIL - 04 June 2012. Place of performance is BAE Systems San Francisco Ship Repair, San Francisco, CA. STATEMENT OF WORK: 1.0 ABSTRACT This item describes the repair and modification of the deck insulation system within Hold 3, Level 4. The corrections and modifications will enhance the ability of the insulation system to prevent water intrusion below the deck insulation panels. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Dwg. No. 635-7489069, Rev E, Arrangement & Details of Refrigerated Cargo Hold #3 2.1.2 NAVSEA Dwg. No. 631-7488891, Rev F, Paint Schedule 2.2 Enclosures: 2.2.1 MSC Dwg. No. 606-8389529, Rev B, 4-58-02 4th Deck Plenum Mods P/S 2.2.2 MSC Dwg. No. 510-8389532, Rev B, 4-58-02 4th Deck Piping Installation Details 2.2.3 MSC Dwg. No. 606-8389534, Rev C, 4-58-01, 4th Deck Vestibule Deck Installation Details 2.2.4 MSC Dwg. No. 526-8389536, Rev B, 4-58-01, 4th Deck Vestibule Pipe Mod Details 2.2.5 Phenolic Block Installation Details, Rev. C 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: 3.1.1 Cargo Hold #3, 4th Deck (4-58-02) 3.1.2 4th Deck Elevator Vestibule (4-58-01) 3.2 Item Description/Manufacturer's Data: 3.2.1 Material/Components, including specific quantities and manufacturer make and model numbers, necessary to accomplish work required by this work item, are included in the Bill of Material Lists of Enclosures 2.2.1 through 2.2.5 above. 3.2.2 Quantities specified in the Bill of Material List of Enclosures 2.2.1 through 2.2.5 are considered estimates. The contractor shall provide the exact quantities and additional material such as fittings, weld material, pipe hangers, etc., which are not included in the Bill of Material Lists of References 2.2.1 through 2.2.5. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: As indicated in the Bill of Material Lists of Enclosures 2.2.1 - 2.2.5. 5.0 NOTES 5.1 In performance of this Work Item, the contractor must comply with the requirements of all applicable General Technical Requirements (GTRs), Reference 2.1.3, including but not limited to GTRs 1 through 6 and the following GTRs: • GTR No. 7 - General Painting • GTR No. 21 - Joiner Work • GTR No. 22 - Insulation and Lagging • GTR No. 23 - Piping • GTR No. 25 - Structure and Foundations • GTR No. 26 - Interior Deck Coverings • GTR No. 27 - Heating, Ventilation and Air Conditioning (HVAC) • GTR No. 28 - Electrical and Electronic Systems • GTR No. 29 - Identifying Markings 5.2 Minor deviations from drawings are authorized if appearance, function, and strength are not impaired. 5.3 Where hot work is required, the affected component, surfaces and adjacent surfaces shall be dry and oil free, and gas free as necessary to accomplish the hot work. All material on both sides of welded plate must be removed before welding to prevent fire and heat damage. 5.4 Welding shall be inspected per the shipyard's Quality Assurance Plan. All results of the weld inspection to be reviewed for approval by MSCREP and ABS surveyor. 5.5 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item. Restore electrical power upon the completion of all aspects of this work item. 5.6 Prior to initiating any work on the piping system and tanks, drain, flush, clean, and isolate piping and tanks as necessary to accomplish removals and installations. Obtain all necessary tag-outs. 5.7 Prior to initiating any work on the HVAC system, de-energize and tag-out all sections of the HVAC system involved in this work item. Restore the HVAC system upon the completion of all aspects of this work item. 5.8 It is anticipated the US JOINER, LLC will provide a riding crew to board the ship on the West Coast CONUS one week prior to the shipyard period and ride the vessel to a West Coast CONUS shipyard. The remainder of the performance period will be onboard the vessel in a West Coast CONUS shipyard. It is noted a riding crew may also need to be provided to ride the ship after the shipyard performance period to complete remaining work. 5.9 During the performance of this work item, the shipyard will be accomplishing other work items in Cargo Hold 3. The contractor is responsible to coordinate work so as not to affect concurrent shipyard work. 5.10 The contractor is responsible to coordinate the disposal of waste generated by this work item with the shipyard. MSFSC will compensate the shipyard for the disposal of waste under a shipyard availability work item. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Arrangements/Outfitting 7.1.1 Removals a. Prior to removing any items of outfitting under this contract, create a detailed map of all items and mark items to correspond to the map. The map shall have sufficient level of detail to reinstall all items of outfit within the space in the original location. b. Remove and retain for reinstallation the perimeter restraint system bridges and associated hardware (cotter pins, washer, etc). c. Remove and retain for reinstallation perimeter restraint system, bulkhead mounted anchor tubes, bolts and washers. d. Remove and retain for reinstallation grating to grating attachment hardware, threshold grating attachment hardware and grating. e. Remove and retain aluminum air channels. f. Remove the aft row of overhead cargo grating (aft of Frame 65) to allow for the modification of the plenum bulkhead. In addition, remove overhead cargo grating as needed to access drain pots from the deck below. g. Remove the plenum bulkhead system. Retain the bulkhead for reinstallation, taking care not to damage the bulkhead or any fittings. h. Remove the spiral ducting and the plenum ductwork panels at the top of the air handler units using Enclosure 2.2.1 as guidance. i. Remove the Air Cooler Units and foundations using Enclosure 2.2.1 as guidance. j. Remove the 50mm thick Areldek panels, 25mm thick vacuum insulation panels, urethane blocks, phenolic blocks, silicon sealant with backer rod, and deck leveling compound. Note the Areldek panels may be removed by sawing through the center of each panel to panel joint using a circular saw. This may result in damage to the vacuum insulation panels located beneath the Areldek panels. Any damaged vacuum panels must be replaced with a new vacuum panel of the same make and model. Remove the joint materials down to the finished edge of each Areldek panel. k. Remove the reefer panels and perimeter plate along the aft bulkhead at Frame 66 and forward inboard and outboard to the first perimeter plate stiffener forward of Frame 65 (plenum area) in way of the new plenum bulkhead girder foundations and air handler foundations. Retain the reefer panels for re-installation. l. Remove all foam in way of the perimeter plate removal of the previous step (plenum area) from the deck to 6" above the deck level all the way back to the steel bulkhead. In addition, remove all foam in way of the new plenum bulkhead foundations inboard and outboard at Frame 65 and on the aft bulkhead at Frame 66. See Enclosure 2.2.1 for details. m. Cut and remove the lower 6" of perimeter plate around the perimeter of the hold. Remove the foam from the deck to 6" above the deck around the hold perimeter and back to the steel bulkhead. In addition, remove foam up to 16" above the steel deck 10 feet forward and aft of the sliding door opening. This is intended to remove the foam on the backside of the doorsill in the vestibule so that it may be welded to the bulkhead on the far side of the foam removal. n. Remove materials on far side of bulkhead in way of bulkhead foundation mid span connection, new plenum beam foundations, and air handler foundations. 7.1.2 Modifications a. Cut out access holes in the reefer panel in way of the cooler unit foundations. After reefer panels and coolers are re-installed, fill the area around the steel foundation with foam and rebuild the facing on the reefer panel with stainless steel sheeting in way of the cut-out. 7.1.3 Installations a. Replace sprayed-in foam that was removed from behind the perimeter plate. b. Add a new piece of 5mm stainless steel perimeter plate around the plenum from the bulkhead at Frame 66 forward to the first stiffener forward of Frame 65 both inboard and outboard. Attach the new perimeter plate over the existing dished perimeter plate in the plenum area. c. Replace the perimeter plate that was removed from the deck to 6" above the deck around the perimeter of the hold. Attach a lap plate over the butt joint formed between the existing perimeter plate and the new replacement plate. d. Clean the perimeter of the hold perimeter plate a minimum of 2" from the bottom of the cut edge and the deck to a minimum of 3" away from the former perimeter plate intersection and prep surface per manufacturer's instructions as guidance. Install a seal in the gap between the bottom of the perimeter plate and the top of the deck using DOW 791 silicone sealant. e. Replace the leveling compound on the deck surface. f. Install Accutemp Vacuum bags and urethane blocks using Enclosures 2.2.1 as guidance. • Use new Accutemp panels where needed to maximize the area covered by the vacuum bags and urethane blocks as needed to complete the installation. Ensure the urethane blocks surround the edge of the hole in the deck with the drains are cut out. Upon completion of this installation, protect the vacuum panels to prevent damage until the Areldek is installed. g. Install new and retained Areldek panels including those with integrated composite drains over the Accutemp installation using Enclosure 2.2.1 as guidance. • Ensure the edge of the Areldek panel installation ends around the perimeter 35mm (+15 - 5mm) away from the perimeter plate in all cases. Cover the edge of the Areldek at the Brine Room entrance to protect the exposed edge until the Brine Room decking can be installed. h. Treat the top surface of the newly installed Areldek with non-skid. i. Install foam backing rod in the 35mm gap between the edge of the Areldek and perimeter plate. j. Install 4" x 2" x ¼" glass angles in the forward end of the plenum to create a bathtub by adhesively bonding the short leg to the top of the Areldek with resin putty adhesive. Note: Add a resin putty layer in front of the short leg of the angle and on top of the Areldek in order to fair the top of the angle down to the top of the Areldek such that a step condition does not exist. Ensure that the angle ends a maximum of ½" away from the perimeter plate at each end, inboard and outboard. Inspect the area between the installed angles and the composite panels. If resin putty is not continually visible in the entire area, add resin putty to achieve that condition. Where joints exist due to butts or corners in the fiberglass angles, any gap shall be filled with resin putty and a minimum of two layers of resin impregnated fabric shall be hand laid over the joint, extending a least 2" on each side of the joint. Field install two layers of E-Glass impregnated with resin over all fiberglass angle to fiberglass panel and fiberglass angle to Areldek joints after bonding with resin putty. k. Prep perimeter plate and Areldek edge surfaces for Dow 791 and fill gap between the perimeter plate and Areldek with the silicone sealant ensuring that the perimeter plate side of the Dow 791 is 6mm higher than the Areldek side using Enclosure 2.2.1 as guidance. • Inspect all Dow 791 joints to ensure that it has been installed completely and properly. Allow the Dow 791 to cure for a minimum of 2 days before covering it with the EPDM shingle. l. Apply EPDM shingle to the perimeter plate and top of the Areldek, covering the Dow 791 using Enclosure 2.2.1 as guidance. m. Reinstall the spiral ductwork and the air cooler units in the plenum. n. Install the new plenum ductwork to the overhead foundations, plenum bulkhead girder, and air cooler boxes. o. Re-install the air channels on top of the Areldek in the hold. p. Reinstall deck grating, grating to grating hardware, and perimeter restraint system, using the map prepared in section 7.1.1 above. Trim the deck grating as required to suit smaller hold area, using Enclosure 2.2.1 as guidance. 7.2 Structural 7.2.1 Removals a. None. 7.2.2 Installations a. None. 7.3 Mechanical/Fluids 7.3.1 Removals a. None. 7.3.2 Modifications a. Modify all deck drains using Enclosure 2.2.4 as guidance. • Ensure the composite drain is aligned to the steel drain pipe to +/- 1/16". Ensure flexible coupling can mate with the exit tube of the deck drain with the remaining drain piping below the deck. c. Install the new plenum ductwork system. Reinstall outboard plenum ductwork consisting of 50mm thick joiner panels, new 18 gauge SS sheet metal and 2mm thick neoprene tape and new #8 SS fasteners, and 50 x 50 x 3 SS angle furring. 7.4 Electrical 7.4.1 Removals a. None. 7.4.2 Installations a. None. 7.5 Electronics - None Additional. 7.6 Preparation of Drawings 7.6.1 Working drawings of the electrical modifications including removals, relocations and new equipment are to be developed and submitted for approval to the MSC Representative prior to commencing work on this work item. 7.6.2 Prepare "red-lined" markups (three hard copies - 11" X 17" or larger as required for clarity, and one electronically scanned copy) of NAVSEA drawings 635-7489069 and 802-748866 showing all new and modified installation accomplished by this work item. Drawings as a minimum will include Enclosures 2.2.1 through 2.2.4. 7.7 Inspection/Test 7.7.1 Preliminary Tests Contractor shall conduct preliminary tests on all completed work before calling for an official test. 7.7.2 Completion Test The Contractor shall conduct a completion test that verifies that all aspects of the work item have been completed. For compartments, this means all equipment, electrical, overheads, etc. is installed and tested and proves the compartment is complete and ready for service. A completion test may include a series of functional, operational, and structural tightness tests. For structural work this means the shipyard shall notify the ABS surveyor to inspect completed structural work. Pre- and post-installation inspections of Dow 791 silicone and EPDM system shall be performed in accordance with the US JOINER, LLC installation procedures. 7.7.3 Welding Test Visually test new, modified, or repaired welds in accordance with ABS rules and regulations and the shipyard's Quality Assurance Plan. All results of the weld inspection to be reviewed for approval by MSCREP and ABS surveyor. 7.7.4 Cable Insulation Resistance Test a. Perform an end to end continuity and electrical insulation resistance test on new, modified, overhauled, or repaired system cables in accordance with Institute for Electrical and Electronic Engineers (IEEE) Standard 45, Recommended Practice for Electric Installations on Shipboard. b. Notify the MSC Representative immediately if insulation values of equipment or cable are less than 1 Megohm (MΩ). 7.7.5 Enclosure Ground Test Test new, modified, overhauled, or repaired electronic equipment enclosures for continuity and resistance of the grounding path. The resistance of the grounding path between the equipment enclosure and a ship structural member shall not exceed 0.1 ohm. 7.7.6 Clean and flush all piping affected by this work item by using a service fluid or medium approved by the MSCREP. 7.7.7 Hydrostatically test all new and modified piping (pneumatic testing shall be used to verify the drain piping installation) for 30 minutes in accordance with the below listed test pressures. No leaks are permitted. After satisfactory completion of hydrostatic and tightness tests, the systems shall be tested for proper operation and unobstructed flow. Visually inspect welded, brazed, and new mechanical joints for leaks. 7.7.8 HVAC Installation Tests Conduct volumetric tests to measure air flows in cubic feet per minute (CFM) for all new, modified, and relocated HVAC ducting and registers. 7.7.9 Painting Test and Inspection a. Contractor and MSC Representative shall conduct a joint inspection of areas to be prepared and painted before surface preparation begins to ensure that protective measures are implemented. b. Contractor shall perform inspections after completion of each stage of surface preparation, each coat, and each stripe coat, to verify surface condition, DFT and space cleanliness, and before securing space. At least 2 DFT readings shall be taken per 100 square feet. 7.7.10 Operational Test In the presence of the ABS Surveyor and MSC Representative, verify that: • All work has been performed satisfactorily and to the specific instructions and requirements of the work item, manufacturer, and regulatory bodies. • The equipment, material, machinery, or system, including all flows, levels, temperatures, loads, and alarms complies with manufacturer's parameters. • The equipment, material, machinery, or system performs its intended purpose. 7.8 Painting 7.8.1 Paint all new and disturbed surfaces to match surrounding surfaces. All paint work shall be performed in accordance with GTR No. 7. 7.8.2 Dry all deck areas that are wet. Clean, prep and paint all deck areas where the paint system is damaged using Reference 2.1.2 as guidance. 7.9 Markings Install name plates, notices, and markings for all new and modified systems in accordance with GTR No. 29. 7.10 Manufacturer Representative: None. 8.0 GENERAL REQUIREMENTS: None additional. 52.212-1 Addendum Instructions to Offerors - Commercial Items PRICE PROPOSAL: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Travel Air Fare tiny_mce_marker_________ Car Rental tiny_mce_marker_________ Hotel tiny_mce_marker_________ Per Diem rate tiny_mce_marker_________ Only with Contracting Officer approval to proceed will a contractor, technical representative, or subcontractor be reimbursed for reasonable per diem cost (transportation, travel expenses, lodging, meals, and incidental expenses) required in connection with the associated change order. Per Diem costs are considered reasonable, allowable and reimbursable only to the extent that they do not exceed the allowed per diem rate in effect at the time of travel as set forth in the Federal Travel Regulations, Joint Travel Regulations, or Standardized Regulations as set forth in FAR 31.205-46 PARTS REQUIRED # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. T-RFA-01-01.025 Areldek A Each 2 2. T-RFA-01-01.189 4.5" WIDE DB2408 FOR COMPOSITE REEFER FLOOR AND DECK DRAIN PANEL JOINT SEAMS Each 42 3. T-RFA-01-01.192 1.75" WIDE MAT FOR COMPOSITE REEFER FLOOR PANEL JOINT SEAM. MATERIAL SHIPPED IN ROLLS. EACH ROLL CONTAINS 234 FEET OF MATERIAL Each 32 4. T-RFA-01-01.193 4.5" WIDE MAT FOR COMPOSITE REEFER FLOOR AND DECK DRAIN PANEL JOINT SEAMS. MATERIAL SHIPPED IN ROLLS. EACH ROLL CONTAINS 234 FEET OF MATERIAL Each 26 5. T-RFA-01-01.194 FOAM STRIP FOR COMPOSITE REEFER FLOOR PANEL JOINT SEAMS. MATERIAL SHIPPED IN 4'-0" LONG STRIPS Each 800 6. T-RFA-01-01.195 PEEL-PLY FOR COMPOSITE REEFER FLOOR AND DECK DRAIN PANEL Each 12 7. T-RFA-01-01.196 CATALYST FOR COMPOSITE REEFER FLOOR, DECK DRAIN AND COAMING PLATE JOINT SEAMS. MATERIAL SUPPLIED IN JUGS (HARZARDOUS MATERIAL) Each 8 8. T-RFA-01-01.197 RESIN FOR COMPOSITE REEFER FLOOR, DECK DRAIN AND COAMING PLATE JOINT SEAMS. MATERIAL IS SHIPPED IN DRUMS. EACH DRUM CONTAINS 500 LBS OF RESIN-PREMIXED (HAZARDOUS MATERIAL) Each 7 9. T-RFA-01-01.200 1.75" WIDE DB2408 FOR COMPOSITE REEFER FLOOR PANEL JOINT SEAMS. MATERIAL SHIPPED IN ROLLS, EACH ROLL CONTAINS 234 FEET OF MATERIAL Each 42 10. T-RFA-01-01.317 27.5 GALLON DRUM OF RESIN PUTTY. TO BE USED AS PART OF FIELD PANEL JOINT KIT (HAZARDOUS MATERIAL) Each 2 11. T-RFA-01-01.403 AREL COMPOSITE DECK PANEL, A THREE SANDWICH LAYER PANEL, 150 MM THK x 5275 MM LONG x 550 MM WIDE, EACH LAYER CONSISTING OF 50 MM THK COMPOSITE PANEL BONDED TOGETHER AS ONE ASSEMBLY, CORED COMPOSITE DECK PANEL 50 MM THK W/ TOLERANCE OF +/- 0.0625 @ VESTIBULE Each 4 12. T-RFA-01-01.694 AREL COMPOSITE DECK PANEL, K9-CFR Each 2 13. T-RFA-01-01.695 AREL COMPOSITE DECK PANEL, K16-CFR Each 2 14. T-RFA-01-01.696 ARELDECK COMPOSITE PANEL, J5-CFR Each 2 15. T-RFA-01-01.697 ARELDECK COMPOSITE PANEL, J6-CFR Each 2 16. T-RFA-01-01.698 ARELDECK COMPOSITE PANEL, J7-CFR Each 2 17. T-RFA-01-01.699 ARELDECK COMPOSITE PANEL, J8-CFR Each 2 18. T-RFA-01-01.700 ARELDECK COMPOSITE PANEL, K6-CFR Each 2 19. T-RFA-01-01.701 ARELDECK COMPOSITE PANEL, K7-CFR Each 2 20. T-RFA-01-01.702 ARELDECK COMPOSITE PANEL, K21-CFR Each 2 21. T-RFA-01-01.703 ARELDECK COMPOSITE PANEL, K22-CFR Each 2 22. T-RFA-01-99-013 6# DENSITY URETHANE FOAM BLOCKS, 3" THICK x 2'-0" WIDE x 8'-0" LONG (IF MOLD ON VESTIBULE INSULATION) Each 280 23. T-RFA-01-01.002 VACUUM INSUL DECK PANEL, 25MM THK, W/2.2MM (.090") THK FRP ON BOTH SIDES, SMOOTH SURFACE, STD WHITE, 29MM THK OVERALL NOMINAL, 24" X 36" PANEL SIZE Each 1748 24. T-RFA-01-01.003 VACUUM INSUL DECK PANEL, 25MM THK, W/2.2MM (.090") THK FRP ON BOTH SIDES, SMOOTH SURFACE, STD WHITE, 29MM THK OVERALL NOMINAL, 24" X 32" PANEL SIZE Each 60 25. T-RFA-01-01.004 VACUUM INSUL DECK PANEL, 25MM THK, W/2.2MM (.090") THK FRP ON BOTH SIDES, SMOOTH SURFACE, STD WHITE, 29MM THK OVERALL NOMINAL, 36" X 22" PANEL SIZE Each 48 26. T-RFA-01-01.005 VACUUM INSUL DECK PANEL, 25MM THK, W/2.2MM (.090") THK FRP ON BOTH SIDES, SMOOTH SURFACE, STD WHITE, 29MM THK OVERALL NOMINAL, 12" X 12" PANEL SIZE Each 12 27. T-RFA-01-01.007 VACUUM INSUL DECK PANEL, 25MM THK, W/2.2MM (.090") THK FRP ON BOTH SIDES, SMOOTH SURFACE, STD WHITE, 29MM THK OVERALL NOMINAL, 12" X 24" PANEL SIZE Each 150 28. Freight $0.00 SUB-TOTAL $ Firm Fixed Price Total (includes all charges): tiny_mce_marker__________________. TECHNICAL PROPOSAL: Offeror must submit, in detail, a technical understanding of the overall scope of work and the plan to accomplish that work. Technical understanding includes the following: Identifying potential problem areas in accomplishing the work requirements, e.g., Long Lead Time Material, open and inspect items, etc, and propose solutions to those problems; demonstrate an understanding of the engineering support requirements (e.g., work drawings, tech/system manuals). PAST PERFORMANCE PROPOSAL: Offeror must submit, in detail, recent and relevant past performance documentation. Recent is defined as contract completion within the last three (3) years. Relevant is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and the subcontract/teaming or other comparable attributes of past performance examples and the source solicitation requirements; and a measure of the likelihood that the past performance is an indicator of future performance. 52.212-2 Addendum Evaluation - Commercial Items 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, Technical and Past Performance The delivery address is: MSC BATS Warehouse, 9284 Balboa Ave, San Diego, CA 92123. Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from N103, Attn: Clenton Shanks, 471 C Street, Building SP 64/2, Norfolk Naval Base, Breezy Point, Norfolk, VA 23511-2419. Interested parties may request an independent review of the protest as an alternative to consideration by the Contracting Officer or as an appeal to Contracting Officer's decision on their protest. See FAR 33.103. Request for independent review shall be addressed to the Director, Contracts and Acquisition Department, Code N10, Military Sealift Fleet Support Command (MSFSC). 471 C Street, Norfolk, VA 23511-2419. MSFSC encourages potential protestors to discuss their concerns with the Contracting Officer prior to a final protest. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far PERIOD OF PERFORMANCE (if other than requested): Responsible sources shall provide the following: 1. Price proposal which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 30 March, 2012 at 1400 local time, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be emailed to Donnie.Leger@navy.mil or mailed to Commander, Military Sealift Command, Attn: Donnie Leger, BLDG SP64, 471 E. C St., Norfolk Naval Station, Norfolk, VA 23511. Please reference the solicitation number on your Proposal. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-R-3008/listing.html)
 
Place of Performance
Address: San Francisco, California, United States
 
Record
SN02696660-W 20120316/120314235356-e71561528de9c7eebca0aa1c6a092ea1 (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.