Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
MODIFICATION

20 -- Main Engine Complete Cylinder Head/Liner Overhaul

Notice Date
7/3/2013
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment 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-1402
 
Archive Date
7/24/2013
 
Point of Contact
PAUL A. STALEY, Phone: 7574435960
 
E-Mail Address
PAUL.STALEY@NAVY.MIL
(PAUL.STALEY@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 N32205-12-T-1402, 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 2005-68, effective 26 June 2013. NAICS code 333618 applies. Amendment 0001- Removes the Brand name or equal clause. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS GUADALUPE for the following services: The requested period of performance for the below service is 30 Aug 2013 - 30 Sept 2013. Wage Determination _05-2057 (REV 14)__ is applicable to this service. MAIN ENGINE COMPLETE CYLINDER HEAD/LINER OVERHAUL 1.0 ABSTRACT 1.1 Provide the services of a qualified diesel repair machine shop to overhaul PC4.2 main engine cylinder heads and liners. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech Man T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine. PC 4-2. 2.2 Enclosures: 2.2.1 None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Engine: Manufacturer: Colt-Pielstick 10-Cylinders Model: PC 4.2V 570 3.2 Cylinder Heads P/N T56915 3.3 Quantity: Seven(7) cylinder heads and liners 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 All Cylinder and Liners will be deliver to the contractors repair facility 5.2 Approximate weight of each cylinder head is 3,000lbs. 5.3 POC Raymond Key (757) 777-6786 5.4 Heads and liners are being removed in repairs accomplished by work item 201 of GUADALUPE FY13 MTA. 6.0 QUALITY ASSURANCE 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify repairs in accordance with applicable rules and regulations of the classification society. 6.2 The Contractor shall submit an as found condition report for each head describing the apparent condition of the head as delivered to the shop. The Contractor shall identify each head using existing serial numbers. 7.0 STATEMENT OF WORK 7.1 All work to be accomplished by a Manufacturer (SEMT) Authorized Repairs Facility. Provide all labor, material, special tools and equipment to perform the following requirements. 7.1.1 Contractor to include cost of shipping from repair facility to Bats Warehouse San Diego CA. 7.2 Contractor shall take all necessary precautions to protect mating surfaces and machined threads. Ensure that all openings are clear and clean of dirt and debris. 7.3 Completely disassemble cylinder heads in accordance with ref. 2.1.1 paragraph 6-56.2c. 7.3.1 Exhaust valves, intake valves, air start valves and safety relief valves require removal and overhaul. 7.4 Exhaust Valves: 7.4.1 Completely disassemble the exhaust valve assemblies in accordance with paragraph 6.59.1 and 6.59.2 of reference 2.1.1. 7.4.2 Clean, inspect, recondition and reassemble exhaust valves in accordance with ref 2.1.1, paragraph 6-59.3 using parts specified in paragraph 4.1. 7.4.3 Check flow rate on the exhaust cages in accordance with ref. 2.1.1 paragraph 6.59.4. 7.4.4 Hydro and de-scale exhaust valve cages in accordance with ref. 2.1.1 paragraph 6.59.5. 7.4.5 Recondition exhaust valves in accordance with ref. 2.1.1 paragraph 6.59.6. 7.4.6 Disassemble, clean, inspect and reassemble rotor cap assemblies. 7.4.7 Upon completion of all work submit a report with all test data and measurements from each exhaust valve assembly to the MSCREP. 7.5 Start Air Valves: 7.5.1 The Contractor shall disassemble each Air Start Valve Assembly in accordance with paragraph 6-61.2 of reference 2.1.1. 7.5.2 The Contractor shall clean, inspect, and recondition each Air Start Valve Assembly in accordance with paragraph 6-61.3 of reference 2.1.1. 7.5.3 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.5.4 The Contractor shall prepare a written report documenting the following: 7.5.5 Contact area between valve seat and valve face was even and centered on seat following Bluing Procedure. 7.5.6 The Contractor shall reassemble each Air Start Valve Assembly in accordance with paragraph 6-61.4 of reference 2.1.1 using parts specified in paragraph 4.2 7.6 Safety Valve: 7.6.1 The Contractor shall test then disassemble each Safety Valve Assembly in accordance with paragraph 6-62.2 of reference 2.1.1. 7.6.2 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.2.b.(4) of reference 2.1.1. 7.6.3 The Contractor shall clean, inspect, and recondition each Safety Valve Assembly in accordance with paragraph 6-62.3 of reference 2.1.1. 7.6.4 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.6.5 The Contractor shall reassemble and test each Safety Valve Assembly in accordance with paragraph 6-62.4 of reference 2.1.1 using parts specified in paragraph 4.3. 7.6.6 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.4.h. (4) of reference 2.1.1. 7.6.7 The Contractor shall adjust the valve opening pressure as required to meet the requirements of paragraph 6-62.4.h.(4) of reference 2.1.1 by changing the thickness of the shim. Following adjustment, the valve shall be retested and the test pressures recorded. If the opening pressure cannot be properly adjusted, the MSCREP shall be notified. 7.6.8 The Contractor shall prepare a written report documenting the following: 7.6.9 The valve slides smoothly in valve body following cleaning. 7.6.10 The test pressures recorded as required by paragraphs 7.2.1 and 7.4.1 of this specification. 7.6.11 Clean the cylinder heads and all disassembled parts of all grease, dirt and oil. Ensure all parts are clean and ready for detailed inspection. 7.7 Intake Valves: 7.7.1 Remove and disassemble intake valves in accordance with ref 2.1.1 paragraphs 6-60.1 and 6-60.2. 7.7.2 Clean and inspect the intake valves springs and guide bushings and record dimensions in accordance with ref 2.1.1 paragraph 6-60.3. Notify the MSCREP if any parts are found outside of limits and will require replacement. 7.8 Refurbish qty 7 cylinder liners. Re-use crates. 7.9 Conduct a thorough inspection of the cylinder heads in accordance with paragraph 6-56.3 and accomplish de-scaling in accordance with ref 2.1.1 paragraph 6-56.3 a through h. 7.9.1 Repeat the de-scaling process a maximum of two (2) times. If additional de-scaling is required submit a report to the MSCREP. 7.10 Inspect and repair the gasket seating surfaces of the cylinder head in accordance with ref 2.1.1 paragraph 6-56.3i and 6-56.5. 7.11 Conduct hydrostatic test of cylinder head in accordance with ref 2.1.1 paragraph 6-56.4a through f. 7.11.1 Submit a report of the hydrostatic test results to the MSCREP. 7.12 Conduct dye penetrate test of the cylinder heads in way of the exhaust valves, intake valves and fuel injector landing areas. 7.13 Recondition the intake valves in accordance with ref 2.1.1 paragraph 6-60.4a through f. 7.13.1 Take and record all measurements as required. 7.13.1.1 Submit a report to the MSCREP. 7.13.2 Remove existing and replace with new, intake valve seat inserts in accordance with ref. 2.1.1, paragraph 6-60.4, two(2) required per cylinder head. 7.13.2.1 After installing intake valves inserts and final machining, the contractor shall insure that inserts have a proper seating surface. 7.14 Reassemble the intake valve assemblies in accordance with ref 2.1.1 paragraph 6-60.6 using the below listed parts are for each valve. Contractor furnished material. Part Number Description Quantity / Total OT 65240.53.63 "O" Ring One (1) / 30 T447181 Bushing guide none T319472 Inlet Valve Seat Insert One (1) / 20 7.15 Reassemble the cylinder head installing all covers and plugs utilizing new gaskets and "O" rings. Below listed parts are for each head assembly: Contractor Furnished parts Part Number Description Quantity / Total T400149 Gasket Five (5) / 35 P400153N Gasket Four (4) / 28 T425652 Gasket Five (5) / 35 T433291 Gasket One (1) / 7 ON06018.10.05 Plug One (1) / 7 ON65118.24.40 Gasket round One (1) /7 ON65145.55.40 Gasket Eight (8) / 56 OT65109.14.40 Gasket Round 9x1 Seven (7) / 49 7.16 Reassemble overhauled exhaust, safety and air-start valves on cylinder heads. Ready to install cylinder heads. 7.17 Prep and paint the exterior of the cylinder head and preserve all exposed metal parts the cylinder head and associated components. Provide two (2) copies of all documentation including ABS inspection report and quality assurance documentation. One copy shall be placed in a resealable waterproof bag and wired to the cylinder head inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.17.1 Provide the originals of all above documentation to the MSCREP. 7.18 Crate each cylinder head assembly and liner to ensure no damage during shipping and handling. 7.18.1 Crate shall be capable of being lifted by a pallet jack. 7.18.2 The outside of the crate shall be stenciled with the following information: 7.19 Each cylinder head shall be insured for replacement value of $60,000.00 U.S. currency. 7.19.1 Ship the cylinder head assembly and liners to the below listed address by traceable means. Cost of shipping for both locations: BATS Warehouse 9284 Balboa Ave. San Diego, Ca 92123 7.20 Preparation of Drawings. None. 7.21 Manufacturer's Rep: None 8.0 GENERAL REQUIREMENTS: 8.1 None additional. 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: 52.204-7 Central Contractor Registration 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, 52.222-35 Equal Opportunity for Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 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 52.222-41 Service Contract Act 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds 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 252.204-7004 Alternate A, System For Award Management 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://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm 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 July 9, 2013 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to paul.staley@navy.mil or faxed via 757-443-5982 Attn: Paul Staley. 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/. 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/fab13431698817911df78cda6fb01cac)
 
Place of Performance
Address: San Diego, CA, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN03107241-W 20130705/130703235206-fab13431698817911df78cda6fb01cac (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.