Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
MODIFICATION

20 -- IDS SYSTEM REPAIR

Notice Date
9/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications 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-3515
 
Archive Date
10/3/2013
 
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
AMENDMENT 0001- THIS CONSTITUTES AMENDMENT 0001 TO REMOVE NAICS 334210 AND ADD NAICS 334290 TO THE SOLICITATION NOTICE. Military Sealift Command Combined Synopsis and Solicitation Notice Information 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2. Solicitation number is N32205-13-T-3515 and is being issued as a Request for Quotes (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective 03 Sep 2013 4. The associated NAICS code is 334290 and this procurement is not being set-aside for small businesses. The small business size standard is not applicable. 5. Military Sealift Command (MSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order for USNS WALLY SCHIRRA to the Hose-Mccann Telephone Company for the following services: The requested period of performance for the below service is 01 -14 OCT 2013. ABSTRACT: 1.1 This work item describes the requirements to diagnose and repair the ship's PA system which failed in select areas. REFERENCES: None ITEM LOCATION AND DESCRIPTION: 2.1 Location/Quantity: USNS WALLY SCHIRRA (T-AKE 8). Location, Chinhae South Korea. 2.2 Item Description/Manufacturer's Data: 1MC System, Hose-McCann Communications. 2.2.1 Bill of Materials Required: Piece No. Quantity Description 1 One (1) Printed Circuit Board Part No: UM-SVIF-7003M 2 One (1) Supervision/Standby Interface Card Cage Connector - Green, Part No: CNR307044500202 3 Two (2) #4-40x1/2 Hex head Mach Screw Material: Steel Zinc plated, Part No: 44OXSOO- HH-SZP 4 Two (2) #4-40EXT Tooth L/W Steel ZI PL Purchased As a Set #Hdwccg kit Part No: WET-440-SZP 5 Two (2) Card Guides for the CCGCCK13S/90 Part No: CCGCG2-65S 6 Two (2) Amplifier Module, Spare for M1/M2/M3X300 & M1/M2X150, Part No: HM-P300 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: 4.1 One (1) Printed Circuit Board Part No: UM-SVIF-7003M. 4.2 One (1) Supervision/Standby Interface Card Cage Connector - Green, Part No: CNR307044500202. 4.3 Two (2) #4-40x1/2 Hex head Mach Screw Material: Steel Zinc plated, Part No: 44OXSOO- HH-SZP. 4.4 Two (2) #4-40EXT Tooth L/W Steel ZI PL Purchased As a Set #Hdwccg kit Part No: WET-440-SZP 4.5 Two (2) Card Guides for the CCGCCK13S/90 Part No: CCGCG2-65S. NOTES: 5.1 Send all access requests to the Port Engineer Contact in Paragraph 5.4. 5.2 Performance period shall be from 1-14 Oct 2013. 5.3 Performance location is Chinhae Republic of South Korea. 5.4 The access requests shall be sending on company letterhead to William Kegley, E-mail: bill.kegley@fe.navy.mil, Military Sealift Fleet Support Command, SSU Japan. 5.5 Port Engineer Contact is Nik Kritikos, Office 757.561.1130, E-Mail: nikolaos.kritikos@navy.mil 5.6 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. 5.7 THE USNS WALLY SCHIRRA ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. QUALITY ASSURANCE REQUIREMENTS: None Additional STATEMENT OF WORK REQUIRED: 5.8 Tech Rep shall provide Technical guidance and recommendation to trouble shoot and repair the Port/Stbd Boat Deck, Fantail and Foscle that there is no talk back. The remainder of the system appears to work throughout the ship. The system has several smaller issues that also need to be resolved. Ship was unable to get any tech support via email/phone. 5.9 Hose McCann Tech Rep shall demonstrate newly installed card(s) operate satisfactory to the Chief Engineer and Electronic technicians. 5.10 Provide all technical manual documentation to the Chief Engineer for future reference. 5.11 Provide all documentation to obtain certification from ABS and USCG (if required). 5.12 Prepare a formal report in pdf format to the MSFSC Rep and Chief Engineer. The report will summarize conclusions about the cause(s) of the card failure(s), findings, measurements performed and work accomplished. GENERAL REQUIREMENTS: None 6. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is amended as follows: 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. b. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order. c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: a, b, c, f (except f(4)), and l. d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. e. SUBMISSION PACKAGE 1. The quote shall contain the following: a. price quote which identifies the requested item(s), unit price, and extended price. b. Travel and lodging Total Price c. Remittance address, Tax identification Number, DUNS number and Cage Code d. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items. An offeror shan complete only paragraphs (b) of this provision if the offer has completed the annual representations and certificates electronically via http://www.acquisition.gov/ if an offer has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offer shall complete only paragraph (c) through (o) of this provision, and other information needed for evaluation. See FAR Provision at 52.212-3 All quoters must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. 2. Responses to this solicitation are due 16 September 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. 3. 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. 7. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 8. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition: 52.204-7 System for Award Management 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 SAM 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 52.233-4 Applicable Law for Breach of Contract Claim 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 52.219-6 Notice of Total Small Business Set-Aside (Total small business set-aside) 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, 52.222-37 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 52.215-5 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 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 252.204-7004 Alternate A, System for Award Management 252.211-7003 Item Identification and Valuation; 252.225-7000 Buy American Act and Balance of Payment Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III 52.252-1 Provision Incorporated by Reference (Full Text) 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 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004). (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act 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. 9. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 10. Quotes may be e-mailed or faxed directly to tommy.a.hale@navy.mil, the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable. E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Faxed quotes shall be sent 757-443-5982 Access to the Navy facility or MSC office is restricted. Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility. Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays. In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission. 11. For additional information regarding this solicitation contact Paul Staley at: Military Sealift Command Norfolk 471 C Street, Building SP-64, Floor 2 Norfolk, Virginia 23511 Phone: 757-443-5960 Fax: 757-443-5982 E-mail: paul.staley@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e47753521a4f9151e402ae1aa6af079)
 
Record
SN03191340-W 20130919/130917235900-2e47753521a4f9151e402ae1aa6af079 (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.