Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2013 FBO #4064
MODIFICATION

20 -- Tank Gauging

Notice Date
1/7/2013
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-13-T-1243
 
Archive Date
1/24/2013
 
Point of Contact
James Robertson, Phone: 7574432901
 
E-Mail Address
james.robertson4@navy.mil
(james.robertson4@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***The solicitation has been extended and will close at 8:00 a.m. Wednesday, 09 January 2013.*** AMENDMENT 0004 - Amended solicitation "Section 8.0" - 07 Jan 2013 AMENDMENT 0003 - Questions and Answers - 04 Jan 2013 AMENDMENT 0002 - Questions and Answers - 03 Jan 2013 AMENDMENT 0001 - Questions and Answers - 31 Dec 2012 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 is N32205-13-T- 1243, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, effective 13 September 2012. NAICS code 541990 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS ERICSSON for the following services: The requested period of performance for the below service is: 1. Performance Period: 23 February 2013 thru 08 March 2013. Location: Tank Cleaning and Gauging, Guam Fuel Depot 2. Performance Period: 9 April 2013 thru 17 June 2013 Location: Estimate for Portland Oregon, Contracted Shipyard, TBD (Estimate 5 day period to complete any remaining shots required by ABS). STATEMENT OF WORK: 1.0 ABSTRACT: 1.1 Provide a ABS approved ESP Hull Gauging firm shall take and record ultrasonic thickness readings on ship's hull, bulkheads, deck plating, scantlings, piping, and in other areas throughout the ship as required by the MSCREP and ABS Surveyor. The requirements of the ABS Intermediate Hull Survey No. 5 for Non Double Hull Tankers in the Enhanced Survey Program shall form the basis for this item. 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 NAVSEA Dwg No. 101-6240471, General Arrangement Outboard Profile. 2.1.2 NAVSEA Dwg No. 101-6240472, General Arrangement Inboard Profile. 2.1.3 NAVSEA Dwg No. 101-6240583, Scantling Plan 2.1.4 NAVSEA Dwg No. 101-6240584, Scantling Sections 2.1.5 NAVSEA Dwg No. 111-6240585, Shell Expansion Scantlings. 2.1.6 NAVSEA Dwg. No. 101-6240474, General Arrangement of Tanks and Flats, Fwd. Fr. 60 2.1.7 NAVSEA Dwg. No. 101-6240475, General Arrangement of Tanks and Flats, Aft Fr. 60 2.1.8 NAVSEA Dwg No. 631-6240525, Paint Schedule 2.1.9 ABS Rules for Building and Classing Steel Vessels, Part 7, Rule Requirements for Survey After Construction 2.2 Enclosures: 2.2.1 USNS Ericsson (T-AO 194) Intermediate Hull Survey Plan No. 5 for ABS. 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity: 3.1.1 Location: Various locations throughout the vessel. 3.1.2 Quantity: 20000 readings 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 None 5.0 NOTES: 5.1 The thickness measurements shall be carried out by a qualified company certified by ABS according to the principles stated in Section 7-A-5 of reference 2.1.7. The qualifications of the company selected by the government contracting officer shall be provided to the MSCREP prior to the start of the audio gauging. 5.2 After contract is awarded provide personnel names, ssn, citizenship / green cards, place of birth, or any other information as required for access to base facilities, RAPIDgate pass. Etc. To forward to SSU Guam to assist in access to the fuel pier. 6.0 PERFORMANCE: See above. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all labor, materials, to satisfy the requirements of ABS Intermediate Hull Survey #5 for Non-Double Hull Tankers in the Enhanced Survey Program, to obtain and record 20,000 ultrasonic thickness readings using references 2.1.1 through 2.1.10 as guidance. This to be worked in-conjunction with ABS close-up and hydrostatic testing of the tanks and voids. 7.1.1 Assistance to the Thickness Measurement Firm for access to the areas and/or structure to be gauged will be accomplished via ladders and rafting support for which shall be provided by a separate Service Order with a general ship repair contractor. 7.1.2 The gauging instruments shall be calibrated on site with certified blocks acceptable to the ABS Surveyor. 7.1.3 ABS Surveyor will recheck the measurements as deemed necessary to ensure acceptable accuracy of the audio gauging instrument. 7.1.4 The contractor shall develop a composite drawing of location of each reading in relation to the frame numbers, seams and butt welds, plating, and internal structural members. 7.1.5 The contractor is to provide a unit price per shot up to a maximum of 20,000 Shots. Number of shots will be determined by quantity required by ABS. Unit price is to be used for decreasing the scope of the item as it relates to the number of shots required by ABS. 7.2 The gaugings to be taken during performance period at Fuel Depot, Santa Rita, Guam from 23 February 2013 - 8 March 2013, 0800 - 2000 daily planned ships work schedule. The gauging company shall be available to obtain gauging during the duration of this performance period. Upon completion of the initial gauging provide a preliminary electronic or paper copies to ABS and MSCREP within 5 days after the completion of the Fuel Depot, Santa Rita, Guam. Phase 1 of the project for ABS and MSC review. 7.3 The gauging taken during performance period at the Contracted Shipyard from 9 April 2013 through 17 June 2013. The gauging company shall be available to obtain all the remaining gauging shots required for the intermediate hull survey as per ABS requirement. (Estimate 5 day period to complete any remaining shots required by ABS). 7.4 Contractor shall take thickness measurements at all web frames in all ballast tanks, all web frames in one cargo tank, one (1) web frame in remaining cargo tanks, all transverse bulkheads in all cargo tanks, all transverse bulkheads in all ballast tanks, all main deck plating within the amidships 0.5L or cargo area (whichever is longer), two (2) transverse sections (including at least one (1) in way of a ballast tank) within the amidships 0.5L, all plating in two (2) wind-and-water strakes (port and starboard full length), internals in forepeak and aft peak tanks (including plating and stiffeners of tank bulkheads) and suspect areas throughout the vessel (as designated by attending ABS Surveyor) as directed by the Port Engineer and ABS Surveyor. 7.4.1 After completion of all thickness measurements required, a typewritten report is to be prepared in ABS acceptable format in accordance with ABS Rules and Regulations and to the satisfaction of Local ABS Surveyor. Three (3) copies are to be submitted to the MSCREP. The report shall give the location of measurements, the thickness measured as well as the original thickness, and the percentage of wastage. The measuring equipment type, calibration certification and names of the persons taking the measurements and their qualifications shall also be included in the report. This Final report shall be completed and delivered within Ten (10) working days of completion of all gaugings required for intermediate hull survey. 7.5 Provide services of an ESP Hull Certified Gauging Company to accomplish ultrasonic thickness readings for suspect areas. 7.6 Provide surface preparation as required to obtain ultrasonic thickness readings. 7.7 Obtain and record approximately 20,000 ultrasonic thickness readings: 7.7.1 Required by the USCG, ABS and MSCREP 7.8 Provide daily reports of the ultrasonic readings taken the previous day. One (1) copy of each report shall be provided to the MSCREP and ABS. These reports shall cross reference each ultrasonic reading to the location from which it was recorded. 7.9 The Contractor shall repair all coatings disturbed during the accomplishment of this work item. The disturbed areas shall be coated with the systems specified in reference 2.1.6 using the paint product data sheets for surface preparation, environmental condition requirements, and dry film thickness. 7.10 Preparation of Drawings: In accordance with paragraph 7.4. 7.11 Manufacturer's Representative: None. 8.0 GENERAL REQUIREMENTS - Offerors are require to submit past performance services of tanker class ships. 8.1 Enclosure 2.2.1 1.0 VESSEL PARTICULARS Name: USNS JOHN ERICSSON ABS ID: 9101437 Type of Ship: Oil Carrier Date of Build 18 March 1991 Intermediate Survey No.: 5 Due Date of Intermediate Survey: Due by 30 June 2014 Due Date of Dry-docking Survey: 26 March 2014 2.0 GENERAL 1. Where and when will the Intermediate Survey be held? FISC DET Guam, Echo Fuel Pier, Santa Rita, Guam, 23 February - 8 March 2013. 2. Where and when will the Dry Docking Survey be held? Shipyard: TBD, Estimate Portland Oregon, 9 April - 17 June, 2013. 3. Where and when will the Close-up Survey and Thickness Measurement be carried out? FISC DET Guam, Echo Fuel Pier, Santa Rita, Guam, 23 February - 8 March 2013 Shipyard: TBD, Estimate Portland Oregon, 9 April - 17 June 2013 4. Name and Address of the Thickness Measurement Firm. TBD by award of contract 5. How will access be provided for the Close-up Survey and Thickness Measurement? Access would be by rafting and Ladders. 6. If rafting is used as a means of access, what means will be provided for the survey of the upper reaches of the tanks? The tank will be filled close to its capacity to ensure upper reaches can be inspected. 7. Has the vessel's onboard ESP/ESDC documentation, including survey reports and previous repair history, been reviewed to determine damage experience related to the vessel? State any areas identified which require consideration for survey. 3.0 CLOSE-UP SURVEYS Note: The minimum requirements for Close-up Survey are given in 7-3-2/3.17.3 for Oil Carriers - Non Double Hull. Proposed locations and extent of Close-up Survey are as follows: Structure Location i) All complete transverse web frame rings, including adjacent structural members in all ballast tanks and in a cargo wing tank. (See 7-A-7/Figures 5 and 9 Area A). i.a) Fore Peak Tank (1-E-0) i.b) SWB Deep Tank Nr. 1 (5-18-0): FR19-21 i.c) SWB No.2 Port (5-28-2), Stbd (5-28-1): FR29 & FR30 i.d) SWB No.4 Port (5-35-2), Stbd (5-35-1): FR36 i.e) SWB No.6 Port (5-39-2), Stbd (5-39-1): FR40 thru 42 SWB No.8 Port (5-47-2), Stbd (5-47-1): FR48 thru 50 Cargo Tank No.7 Stbd (5-43-2): FR44 thru 46 ii) A minimum of 30% of all complete transverse web frame rings, including adjacent structural members in each remaining cargo wing tank.(See 7-A-7/Figures 5 and 9 Area A) (In calculating the 30% minimum, the number of web frame rings is to be rounded up to the next whole integer.) ii.a) Cargo Tank No.1 Port (5-22-2), Stbd (5-22-1): FR24 ii.b) Cargo Tank No.3 Port (5-31-2), Stbd (5-31-1): FR34 ii.c) Cargo Tank No.5 Port (5-37-2), Stbd (5-37-1): FR39 ii.d) Cargo Tank No.7 Port (5-43-1): FR45 ii.e) Cargo Tank No.9 Port (5-51-2), Stbd (5-51-1): FR53 ii.f) Cargo Tank No.10 Port (5-55-2), Stbd (5-55-1): FR55,57 iii) A minimum of 30% of deck and bottom transverses including adjacent structural members in each cargo center tank. (See 7-A-7/Figures 5 and 9 Area E) (In calculating the 30% minimum, the number of transverses is to be rounded up to the next whole integer.) iii.a) Cargo Tank No.2C (5-26-0): FR29, FR30 iii.b) Cargo Tank No.3C (5-31-0): FR33 iii.c) Cargo Tank No.7C (5-43-0): FR46 iii.d) Cargo Tank No.8C (5-47-0): FR50 iii.e) Cargo Tank No.9C (5-51-0): FR53 iii.f) Cargo Tank No.10C (5-55-0): FR57 iii.g) Pump Room DB Hold (5-39-0): 39-43 iii.h) DFM Settler (3-40-0): Fr40-43 iii.i) JP5 Settling (3-33-0): Fr 33 iv) All transverse bulkheads, including girder and stiffener systems and adjacent members in all cargo and ballast tanks. (See 7-A-7/Figures 5 and 9 Area C) iv)No.1 Deep SWB: FR21 Cargo Tank No.2C: FR27, FR29 Cargo Tank No.3C: FR 32, FR34 Cargo Tank No.3 Port/Stbd: FR32 SWB No.4 Port/Stbd: FR36 Cargo Tank No.5 Port/Stbd: FR38 SWB No.6 Port/Stbd: FR40 Cargo Tank No.7C: FR44 Cargo Tank No.7 Port/Stbd: FR44 Cargo Tank No.8C: FR48 SWB No.8Port/Stbd: FR49 Cargo Tank No.9C: FR52 Cargo Tank No. 9 Port/Stbd: FR52 Cargo Tank No.10C: FR56 Cargo Tank No.10 Port/Stbd: FR56 Aft Peak SW Ballast Tank v) Additional complete transverse web frame rings as considered necessary by the Surveyor. (See 7-A-7/Figures 5 and 9 Areas A and E) As Per ABS Surveyor THICKNESS MEASUREMENTS Note: The minimum requirement for Thickness Measurements are given in 7-3-2/3.17.4 for Oil Carriers - Non Double Hull. Proposed locations and extent of Thickness Measurements are as follows: REQUIREMENTS LOCATION i) Suspect areas throughout the vessel. As considered necessary by the attending surveyor. ii) All main deck plating within the amidships 0.5L or cargo area, whichever is longer. Main deck plating within the cargo area. iii) Two (2) transverse sections, including at least one (1) in way of a ballast tank, within the amidships 0.5L. Transverse section at frames 21, 48, and 58. iv) All plating in two (2) wind and water strakes, port and starboard, full length. v) Internals in forepeak and afterpeak tanks, including plating and stiffeners of forepeak and afterpeak tank bulkheads. Fore Peak Tank, 5-C-0 Aft Peak Tank, 5-119-0 vi) Measurement, for general assessment and recording of corrosion patterns, of structural members subject to Close-up Survey. All items listed on Close-up Survey. TANK TESTING Note: None 6.0 TANK/HOLD PARTICULARS Note: Alternatively, and A4 size general arrangement or similar showing tank/hold arrangements and usage may be submitted. TANK/HOLD TANK/HOLD TYPE CORROSION PROTECTION COATING CONDITION 5-C-0 Fore Peak Ballast Tank Hard Coating 5-18-0 S.W. Ballast Deep Tank 1 Hard Coating 5-28-1 S.W. Ballast Tank 2S Hard Coating 5-28-2 S.W. Ballast Tank 2P Hard Coating 5-35-1 S.W. Ballast Tank 4S Hard Coating 5-35-2 S.W. Ballast Tank 4P Hard Coating 5-39-1 S.W. Ballast Tank 6S Hard Coating 5-39-2 S.W. Ballast Tank 6P Hard Coating 5-47-1 S.W. Ballast Tank 8S Hard Coating 5-47-2 S.W. Ballast Tank 8P Hard Coating 5-119-0 After Peak Ballast Tank Hard Coating 5-33-0 Pump Room DB Ballast Tank Hard Coating 5-22-1 DFM 1S Hard Coating 5-22-2 DFM 1P Hard Coating 5-26-0 JP5 2C Hard Coating 5-31-0 DFM/JP5, 3C Hard Coating 5-31-1 DFM 3S Hard Coating 5-31-2 DFM 3P Hard Coating 5-37-1 DFM 5S Hard Coating 5-37-2 DFM 5P Hard Coating 5-43-0 DFM/JP5, 7C Hard Coating 5-43-1 DFM 7S Hard Coating 5-43-2 DFM 7P Hard Coating 3-37-1 DFM/JP5, 8C Hard Coating 5-51-0 JP5 9C Hard Coating 5-51-1 DFM 9S Hard Coating 5-51-2 DFM Contaminated Hard Coating 5-55-0 JP5 10C Hard Coating 5-55-1 DFM 10S Hard Coating 5-55-2 DFM 10P Hard Coating 3-33-0 JP5 Settling Hard Coating 3-40-0 DFM Settling Hard Coating 3-36-2 JP5 Contaminated Hard Coating 5-47-0 DFM 9P Hard Coating 5-55-0 JP5 10C Hard Coating 3-37-1 DFM 10P Hard Coating 5-55-2 DFM Contaminated Hard Coating 3-33-0 JP5 Settling Hard Coating 3-40-0 DFM Settling Hard Coating 3-36-2 JP5 Contaminated Hard Coating 5-55-1 DFM 10S Hard Coating 5-59-1 F.O. Deep 2S Hard Coating 5-59-2 F.O. Deep 2P Hard Coating Notations: Tank Type: SBT = segregated ballast tank, C.O. = cargo oil, WBT = water ballast tank, SP = Slop tank. Protection: C = hard coating; SC = soft coating; A = anodes; NP = no protection. GOOD: condition with only minor spot rusting. FAIR: condition with local breakdown at edges of stiffeners and weld connections and/or light rusting over 20% or more of areas under consideration, but less than as defined for POOR condition. POOR: condition with general breakdown of coating over 20% or more of areas or hard scale at 10% or more of areas under consideration. End of Statement of Work Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 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, https://www.acquisition.gov.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 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 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans 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 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-99 Providing Accelerated Payment to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 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 Responsible sources shall provide the following: 1. Price quote 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 05 January 2013 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.robertson4@navy.mil or faxed via 757-443-5982 Attn: James Robertson. Please reference the solicitation number on your quote. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (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 Central Contractor Registration 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). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing 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 N32205 Issue By Admin Inspect By Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (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. NOT APPLICABLE (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. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address 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 the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. 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/notices/092e571401d1002d54125f31f0d8c5d7)
 
Record
SN02960486-W 20130109/130107234422-092e571401d1002d54125f31f0d8c5d7 (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.