Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2013 FBO #4199
SOLICITATION NOTICE

L -- SERVICES OF OEM TECH REP TO ASSIST DEPERMING OF USNS ROBERT E PEARY

Notice Date
5/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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-3444
 
Archive Date
6/8/2013
 
Point of Contact
Robert McDermott, Phone: 757-443-5963
 
E-Mail Address
robert.mcdermott1@navy.mil
(robert.mcdermott1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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-3444, 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 2005-66, effective 01 April 2013. NAICS code 335999 applies. This is not a small business set-aside. Military Sealift Command (MSC), Norfolk, VA intends to award a sole-source firm fixed price purchase order for Degaussing System, Advanced Model, tech Rep support onboard USNS ROBERT E PEARY (T-AKE 5) to EMS Development for the following services: USNS ROBERT E. PEARY (T-AKE 5) SERVICE ORDER SO-13-015 DEGAUSSING SYSTEM, ADVANCED MODEL - DEPERM TECHNICAL SUPPORT 1.0 ABSTRACT 1.1 This item describes the requirement to provide the services of an OEM authorized technical representative for the Degaussing System, Advanced Model, to assist during DEPERM. 2.0 REFERENCES 2.1 Technical Manual T9475-AA-MMC-010, "Degaussing System, Advanced Model for USNS LEWIS AND CLARK (T-AKE 1) Class; Installation, Operation and Maintenance Instructions". 2.2 High Voltage Awareness Instruction Guide Powerpoint Presentation 2.3 High Voltage Awareness Powerpoint Presentation 2.4 MSC SMS Procedure 2.1-004-ALL, Lock-out/Tag-out 2.5 MSC SMS Procedure 2.1-016-AKE, High Voltage Systems 2.6 29CFR 1910.335 "Electrical Safety Related Work Practices; Safeguards for Personnel Protection" 2.7 NFPA 70E "Standard for Electrical Safety Requirements for Employee Workplaces" 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Various locations throughout the ship. 3.1.2 Quantity: See paragragh 3.2.1. 3.2 Item Description/Manufacturer's Data 3.2.1 Ultra Electronics, EMS Development Corporation; Degaussing System, Advanced Model; consisting of the following components: 3.2.1.1 One (1) Degaussing Control Unit (DCU) 3.2.1.2 Five (5) Ethernet Hub Assemblies (HUB) 3.2.1.3 Forty-three (43) Bipolar Amplifier Units (BPAU) 3.2.1.4 All associated power wiring, interconnecting communication/control wiring and fiber optic cables. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 Performance Period: 12 - 21 June 2013. 5.2 Performance Location: Lamberts Point Deperming Facility (middle of the Elizabeth River), Norfolk, VA. 5.3 Contractor shall provide an access list of all personnel boarding the ship. The list shall include the following: 5.3.1 Persons full Name 5.3.2 Social Security Number (last (4) digits only), Passport No., or Naturalization No. 5.3.3 Place of Birth 5.3.4 Date of Birth 5.3.5 Fax/Email ship access requests on company letterhead to Nikia Moree, Phone: (757) 443-0932, Fax: (757) 443-1494, Email: nikia.moree.ctr@navy.mil. 5.3.6 SEE SHIP & BASE ACCESS INFO BELOW 5.4 Principal Port Engineer contact information: Francis Pyne, Principal Port Engineer USNS Robert E. Peary (T-AKE 5) MSFSC, Code N43C, Building SP-48 471 East C Street Norfolk, VA 23511 office: 757.443.0983 mobile: 757.763.8580 email: francis.pyne@navy.mil 5.5 Assitant Port Engineer Contact Information: Samuel Gibson III, Assistant Port Engineer MSC, Code N43C, Building SP-48 471 East C Street Norfolk, VA 23511 Office: 757.443.0882 Mobile: 757.513.9477 Email: samuel.j.gibson@navy.mil 5.6 These work item requirements apply to all contractor and sub-contractor personnel regardless of tier. 5.7 Contractor shall provide labor and materials necessary to complete work as discribed in this work item. Contractor shall rig and unrig, connect and disconnect, stage and un-stage, remove, replace, and relocate any interference necessary to accomplish work as discribed in this work item. Unless specifically identified as GFE/GFM, all equipment, material, and labor shall be furnished by contractor. 5.8 Contractor shall perform inspections, tests, and trials to demonstrate total compliance with the work item requirements. 5.9 Electrical Safety - Lock-out/Tag-out Procedures 5.9.1 Prior to ship's arrival, all contractor and subcontractor personnel are to receive High Voltage Awareness Training. Using reference 2.2 for guidance, the contractor or subcontractor safety officer is to present reference 2.3 in a classroom setting. Prior to ship's arrival, signed letters from Safety Officers listing personnel that took the High Voltage Training are to be submitted via condition report. 5.9.2 The Contractor shall have an established electrical safety lock-out/tag-out program in place to provide adequate protection against electrical hazards in the accomplishment of the work specified in this work item. A written description of the contractor's electrical safety lock-out/tag-out procedures shall be provided to the MSCREP, ship's Master and Chief Engineer upon vessel arrival at the contractor's facility, along with a discussion on the procedures. 5.9.3 Ship's force shall maintain their existing lock-out/tag-out procedures, in accordance with reference 2.4 for low voltage applications and reference 2.5 for high voltage applications, in addition to the contractor's procedures, to provide a redundant safety measure for these systems. The contractor shall co-ordinate electrical safety lock-out/tag-out procedures with the MSCREP and the ship's Chief Engineer to ensure the plans complement each other and provide maximum electrical safety for ship's crew and contractor personnel. 5.9.4 Contractor shall not accomplish work on any piece of mechanical, electrical or electronic equipment, circuit, or system that has not been isolated from its energy source (electrical, mechanical, hydraulic, pneumatic, chemical, or thermal) and tagged-out in accordance with the shipyard's electrical safety plan and references 2.4 and 2.5. "WARNING" THE T-AKE CLASS OF SHIP ELECTRICAL WIRING COLOR CODING DOES NOT FOLLOW GENERALLY ACCEPTED STANDARD COLOR SCHEMES. THE SHIPS ARE KNOWN TO HAVE CURRENT CARRYING CONDUCTORS WHICH ARE COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE ENERGIZED UNTIL TESTED/PROVEN OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DE-ENERGIZED PRIOR TO BEGINNING WORK ON THE SYSTEM. 5.9.5 Contractor shall not attempt to operate any piece of mechanical, electrical or electronic equipment, circuit, or system that is tagged-out by either the contractor, ship or both. Tags must be properly cleared through both the contractor's procedures and the ship's procedures before systems and equipment can be safely energized and operated. 5.9.6 All contractor and subcontractor personnel intended to work on electrical circuits and equipment onboard MSC vessels shall provide and utilize proper personnel protective equipment (PPE) and tools in accordance with references 2.6 and 2.7. Contractor and subcontractor personnel will not be permitted to perform electrical systems work onboard if they are found to not possess the proper tools and PPE. 5.10 High Voltage Systems (T-AKE 6600V Systems) 5.10.1 The T-AKE class of ships use a 6600 volt AC main bus distributed throughout the ship to various load centers and equipment. The term "High Voltage" per ABS Rules 4-8-5 paragraph 3, is defined as 1000 volts and above. High Voltage areas require special awareness and access control. "WARNING" THIS SHIP CONTAINS HIGH VOLTAGE (HV) ELECTRICAL SYSTEMS. THE CONTRACTOR AND SUBCONTRACTORS SHALL OBEY ALL POSTED AND VERBAL INSTRUCTIONS REGARDING SAFETY AND EXCLUSION FROM HIGH VOLTAGE AREAS. AT NO TIME SHALL A CONTRACTOR OR SUBCONTRACTOR APPROACH, WORK ON, OR ENTER A HIGH VOLTAGE AREA WITHOUT PROPER AUTHORIZATION. 5.10.2 Contractor shall ensure that all contractor and sub-contractor personnel comply with the ship's High Voltage System procedures (T-AKE Vessels) of reference 2.5, in addition to the contractor's internal procedures. 5.10.3 Contractor shall obey all High Voltage (HV) signs and verbal directions of the ship's force "Competent Person In-charge" (CPIC). 5.10.4 Contractor shall ensure all contractor personnel possess awareness and exercise vigilance regarding HV safety, watch for all signs indicating HV, and take prudent action to preclude unauthorized entry into HV areas. Contractor shall, at a minimum, provide the following: 5.10.4.1 Contractor shall provide formal briefing to all contractor and sub-contractor personnel of HV concerns. 5.10.4.2 Contractor shall submit a report to the MSCREP listing all personnel formally briefed on HV safety no less than five (5) days prior to start of the period of performance. 5.10.5 Contractor shall not disturb, cut, move or damage HV cables in any fashion. 5.10.6 Contractor shall not paint any HV cables. 5.10.6.1 Contractor shall temporarily mask, cover or protect HV cables when painting in spaces that contain HV cables. 5.10.7 Contractor shall not work on or test HV equipment for which contractor personnel do not possess a ship's force issued "High Voltage Permit to Work" (HVPTW) or "High Voltage Sanction for Test" (HVSFT) permit. 5.10.8 Contractor shall ensure that only contractor and sub-contractor personnel designated as "qualified" work on HV equipment. 5.10.8.1 Contractor shall prepare a list of all Contractor and sub-Contractor personnel identified as "qualified" to: a. Work in HV spaces b. Work on HV equipment. 5.10.8.2 Contractor shall include on the list the specific type of formal qualification training possessed by each individual. 5.10.8.3 Contractor shall submit copies of the list to the MSCREP and the ship's Chief Engineer before any individual commences HV permit request. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting: None additional. 7.2 Structural: None additional. 7.3 Mechanical/Fluid: None additional. 7.4 Electrical: None additional. 7.5 Electronics: None additional. 7.6 Preparation of Drawings: None additional. 7.7 Inspection/Test 7.7.1 Contractor shall provide the services of an OEM authorized technical representative for the Degaussing System, Advanced Model, to assist during DEPERM. In the event that a fault or upset condition occurs within the Degaussing System, Advanced Model during DEPERM, the contractor shall provide technical support to perform the following work: 7.7.1.1 Contractor shall access, open, inspect test, evaluate, and troubleshoot/repair, as required all equipment associated with the Degaussing System, Advanced Model. The degaussing system consists of one (1) Degaussing Control Unit (DCU), five (5) Ethernet Hub Assemblies (HUB), forty-three (43) Bipolar Amplifier Units (BPAU), forty-three (43) degaussing coil termination junction boxes, and all associated power wiring, interconnecting communication/control wiring and fiber optic cables. 7.7.1.2 Contractor shall close all equipment and perform a final test/evaluation of the Degaussing System, Advanced Model as identified in section 7.7.1.1, to ensure the system is functioning properly. 7.7.2 Contractor shall submit a final detailed inspection/condition report which, at a minimum shall include the following: 7.7.2.1 "As Found" condition, meaning the condition which was found upon close inspection by an individual with knowledge of the item(s) in question. It is intended that the observations will find all relative conditions, both those requiring repairs and those not. The contractor will report all conditions, normal and degraded. When reporting "As Found" condition the information shall be stated, clearly and concisely. Identify actual readings/dimensions taken. Include annotated sketches, graphs, and photographs when necessary. 7.7.2.2 "As Released" condition, meaning the condition of the item that exists at the time it is returned to the government. Include annotated sketches, graphs, and photographs when necessary. Identify actual readings/dimensions taken. Include a summary of work accomplished by the contractor and any corrective actions taken to address any known degraded conditions or discrepancies. List any additional recommended repairs that may be required due to degraded conditions or discrepancies that chould not be addressed during this survey. 7.7.2.3 Contractor shall submit three (3) legible, bound, hard (paper) copies and one (1) electronic copy of the final detailed inspection/condition report. The electronic copy of the report shall be submitted in (.pdf) format. 7.8 Painting: None additional. 7.9 Marking: None additional. 7.10 Manufacturer's Representative: 7.10.1 Provide the services of qualified, authorized representatives of Ultra Electronics, EMS Development Corporation to accomplish the work described herein. Recommended Source: Ultra Electronics EMS Development Corporation 95 Horseblock Road, Unit 2 Yaphank, NY 11980 POC: Michele Gampel Tel:(631)345-6200 ext. 337 Fax:(631)345-6216 E-mail: michele.gampel@ultra-ems.com POC: Peter A. Crawford Tel:(631)345-6200 ext. 326 Fax:(631)345-6216 E-mail:peter.crawford@ultra-ems.com 8.0 GENERAL REQUIREMENTS: None additional. Provide the Following information with your quote plus any additional information which is applicable to the statement of work. Any items that are not applicable please designate with N/A. LABOR: 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) ________. Specify the number of hours per person for any applicable labor rates. TRAVEL AND PER DIEM: Round trip coach airfare: tiny_mce_marker________ times number of personnel __________ = __________. Rental car: tiny_mce_marker________per week or for period of performance. Getting to job site and airport for return trip. Per diem: tiny_mce_marker_______ per day times number of personnel _______ = _$._________. • Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate is tiny_mce_marker_________. Location: Norfolk, VA • Other (identify): tiny_mce_marker_________. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..) Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the vendor's standard commercial terms and conditions. Any quote submitted in response to this solicitation which includes the 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: 52.212-3 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 SAM website, https://www.acquisition.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 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, 52.222-36 Affirmative Action for Workers with Disabilities, 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 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.233-4 Applicable Law for Breach of Contract Claim 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, 252.232-7010 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 my 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 24 MAY 2013 at 1000 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to robert.mcdermott1@navy.mil. Please reference the solicitation number on your quote. 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-O0006) (DATE) (a) In accordance with section 101(a) (3) of the Continuing Appropriations Resolution, 2013 (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Military Sealift Command via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. SYSTEM FOR AWARD MANAGEMENT (SAM) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 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). 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) msc.norfolk.epic@navy.mil (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/34f65d8c43dad09a24a71b1fb2f67493)
 
Place of Performance
Address: Naval Station Norfolk, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN03069507-W 20130524/130522235442-34f65d8c43dad09a24a71b1fb2f67493 (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.