Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2014 FBO #4502
SOLICITATION NOTICE

20 -- USNS LEWIS AND CLARK BRIDGE GROOM - COMBINED SYNOPSIS/SOLICITATION PDF

Notice Date
3/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
N3220-14-T-0338
 
Archive Date
4/17/2014
 
Point of Contact
karl schuler, Phone: 2026850886
 
E-Mail Address
karl.schuler@navy.mil
(karl.schuler@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION PDF 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 N32205-14-T-0338 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 FAC 2005-72, Effective 01 Jan 2014 See http://farsite.hill.af.mil/vffara.htm for this information. 4. The associated NAICS code is 811219 and this procurement is being set-aside for small businesses. The small business size standard is $19 M 5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options: CLIN DESCRIPTION QUANTITY UNIT OF MEASURE 0001 USNS LEWIS & CLARK BRIDGE GROOM FIRM FIXED PRICE SEE PERFORMANCE WORK STATEMENT BELOW 1 EA PERFORMANCE WORK STATEMENT TITLE: USNS LEWIS AND CLARK BRIDGE GROOM START DATE: 10 AUGUST 2014 COMPLETION DATE: 25 SEPTEMBER 2014 CONTRACTING POC: KARL SCHULER KARL.SCHULER@NAVY.MIL The USNS LEWIS AND CLARK requires services of a Sperry Marine authorized technician for ABS Annual Certification, Annual Equipment Grooms, and maintenance of bridge equipment. 1.0 REFERENCES: 1.1. GMDSS Technical Manuals (located onboard vessel) 1.2. VDR Technical Manual MS0113-ET5-1441D (located onboard vessel) 1.3. Technical Manual VisionMaster FT (located onboard vessel. 2.0 ITEM LOCATION/DESCRIPTION: 2.1. Location/Quantity: Various 2.2. Item Description/Manufacturer's Data: 2.2.1. Furuno MF/HF DSC FS-5000 Terminal; 2 each 2.2.2. Furuno FELCOM 15 SAT-C Terminal; 1 each 2.2.3. Furuno DSC-60 Watch Receiver/Controller; 1 each 2.2.4. Furuno Alden Navtex Receiver; 1 each 2.2.5. Saab R4 AIS-GPS; 1 each 2.2.6. MX 512 Marine GPS; 2 each 2.2.7. Transas SASS; 1 each 2.2.8. Jotron 30S MK2; 1 each 2.2.9. Transas 3026M TT-3000LRIT; 1 each 2.2.10. Sperry Voyage Data Recorder (VDR); 1 each 2.2.11. Jotron SARTS; 3 each 2.2.12. Emergency Lifeboat VHF Radios; 4 each 2.2.13. Sperry VisionMaster X Band RADAR; 2 each 2.2.14. Antennas (3); 1 S-Band, 2 X-Band 2.2.15. Displays (4); 2 VisionsMaster FT, 2 Remote Displays 2.2.16. Gryo Compass Systems; 2 each 3.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 4.0 NOTES 4.1. The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR) to determine their effect on the work items in this work package, which may be effected by the requirements of this item. 4.2. Performance period 10 August - 25 September 2014 4.3. Performance location: Diego Garcia 4.4. Travel to Diego Garcia requires military flights. Additional travel documentation will be required from the contractor after award. 4.5. 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. 4.6. The USNS LEWIS AND CLARK 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. 4.7. All shipboard lockout tag out procedures shall be followed by the contractor. 5.0 QUALITY ASSURANCE REQUIREMENTS: None additional 6.0 STATEMENT OF WORK REQUIRED: 6.1. The Contractor shall clean, inspect, and test all equipment listed under Section 3 above along with its associated peripheral equipment, i.e. antennas, couplers, connection boxes printers, etc. All cleaning, inspection and tests shall be in accordance with references 2.1.1 and 2.1.2 above and the USCG/ABS requirements. 6.2. Inspect weatherproofing on the antenna RF feed connections on topside applicable antenna and couple equipment. Provide and replace ineffective weatherproofing. 6.2.1. This is applicable to all permanently ship mounted antennas associated with the GMDSS suite. 6.3. Provide and replace defective bond straps and ferrous hardware (nuts, bolts, washers, etc.). 6.4. Inspect and test the emergency back-up batteries, charger, and regulator circuit. 6.4.1. Test the emergency powered radio station lamp. 6.4.2. Replace the lamps found defective. 6.5. Verify ship has a current copy of all GMDSS required pubs. 6.6. Provide an electronic copy in either PDF or MS word format of all GMDSS and VDR ABS/USCG inspection and test reports to the ships Master, Chief Engineer, the Port Engineer and the ABS Inspector. Report is due prior to contractor departing ship. 6.7. Provide a copy of the GMDSS Shore Based Maintenance Agreement to the Chief Engineer and Port Engineer. 6.8. Radar Groom and Inspections 6.8.1. Perform an operational test of the S-Band and two (2) X-Band radars prior to performing any maintenance. 6.8.2. Preliminary written reports shall be submitted to the Port Engineer for each system delineating the complete status of the respective system and highlighting any deficiencies in accordance with the technical manual. The written report shall include system make, model, version/part number, and serial number. This report is due no later than 25 September 2014. 6.8.3. Verify all radars, S and X Band, are receiving the proper course information. 6.8.4. Clean and inspect on all three (3) ships radars replacing magnetrons, belts and gaskets IAW references listed in 2.1 6.8.5. Inspect all weatherproofing on all radar exterior cable connectors. 6.8.6. The Contractor shall provide daily briefings to the Chief Engineer and upon completion of work, 6.8.7. Submit a detailed electronic report of all work performed, work outstanding, and recommendations for follow up to ensure a fully functional communication system. a. Report shall be distributed to the Master, Chief Engineer, and the Principal Port Engineer. This report is due no later than 25 September 2014. 6.9. For Gyro Compass #1 and #2 verify the following: 6.10. Check Initial Gyro Heading. Check for any variable error. Verify speed and latitude automatic correction inputs are valid. 6.10.1. Perform 18-month cyclical maintenance IAW reference 2.3. 6.10.2. Verify illumination functions properly. 6.10.3. Select "Gyro 1" and verify all repeaters follow. 6.10.4. Select "Gyro 2" and verify all repeaters follow. 6.10.5. Check gyro compass system repeater outputs for correct output. 6.10.6. Check all cables for breaks and/or abrasions. 6.10.7. Check all connections for corrosion, continuity, tight connection etc. 6.10.8. Check all equipment for damage such as dents, cracks, corrosion, etc. 6.10.9. Make sure Binnacle is free in shock mounts. Check for dirt, and obstructions, be sure cable from Binnacle is free and flexible. 6.10.10. Verify synchro outputs from Synchro Distribution Panel. 6.10.11. Clean any dust and oil deposits off the Master Compasses and the Electronics Control Unit. 6.11. Verify proper operation of all GPS/DGPS onboard to include all related equipment, cables, and connections. 6.12. Verify proper operation of all Weather Fax equipment onboard to include all related equipment, cables, and connections. 6.13. Verify proper operation of all Doppler Speed Log and Echo Sounder equipment onboard to include all related equipment, cables, and connections. 6.14. Verify proper operation of all AIS and SASS equipment onboard to include all related equipment, cables, and connections. 6.15. Verify proper operation of all Steering Stand and Rudder Angle Indicator equipment onboard to include all related equipment, cables, and connections. 6.16. Perform steering system groom; including inspection and alignment of all equipment such as helm, feedback units, indicators, etc. 6.17. Verify proper operation of all ECDIS equipment onboard to include confirmation of required sensor inputs and outputs to/from the ECDIS equipment. 6.18. Inspection/Testing: GMDSS and VDR 6.18.1. Provide a call out for final inspection and test of the GMDSS and VDR in the presence of the Chief Engineer. At a minimum tests shall include a. both TELEX/NBDP and voice calls with each of the GMDSS MF/HF radios, b. a PVT of the INMARSAT C, c. Navtex Receiver reception and print out, d. EPIRB transmission, e. SART reception on RADARS, f. Emergency Lifeboat VHF Radio Transmission/Reception, g. Comprehensive Test and print out of the VDR operation and verify all I/O equipment data. 6.19. Provide copies of the final GMDSS Survey and VDR Annual Performance Test reports to the Master, Chief Engineer, Principal Port Engineer, and the ABS Inspector. This report is due no later than 25 September 2014. 6.20. Inspection/Testing: RADAR Groom and Maintenance 6.20.1. Complete a performance test on each radar system installed upon completion IAW the Technical Manual. 6.20.2. Demonstrate proper operation of the entire system to the Chief Engineer and Ship's Navigator upon completion of work. 6.21. Inspection/Testing: Other Bridge Equipment 6.21.1. Demonstrate proper operation of all equipment as required. 6.21.2. Provide and replace the batteries of the EPIRB on the vessel. 6.21.3. After battery replacement the Contractor shall perform an operational test in the presence of the Ship's Chief Mate. a. EPIRB testing should be carried out using suitable test equipment capable of performing all the relevant measurements required in testing guidelines. All checks of electrical parameters should be performed in the self-test mode if possible. b. Decode the EPRIB 15 Hexidecimal Identification Digits (15 Hex ID) and other information from the transmitted signal, checking that the decoded information (15 Hex IDor MMSI/call sign data, as required by the Administration) is identical to the identification marked on the beacon. c. Perform the required 12 month maintenance on the Tron 40S MkII EPIRB. The annual test must be performed according to IMO's MSc/Circ.1040 as required by SOLAS IV/15.9. 6.22. Copies of all final reports shall be submitted to the Principal Port Engineer, Chief Engineer, and the ABS Inspector. This report is due no later than 25 September 2014 11. NOTES: 11.1 The Contractor must be an authorized service provider for Sperry Marine. 12. CONTRACT TYPE. This will be a firm-fixed-price purchase order. 13. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS. 13.1 Technical Point of Contact (TPOC) 13.1.1 The Contracting Officer has designated the person named below as the authorized TPOC for this Contract: NAME: Michael Zirpolo EMAIL: michael.zirpolo@navy.mil 13.1.2 The TPOC will represent the Contracting Officer in the administration of technical details within the scope of this contract and will perform inspection and acceptance of all deliverables. The TPOC is not otherwise authorized to make any representations or commitments of any kind on behalf of the Contracting Officer or the Government. The TPOC does not have the authority to alter the Contractor's obligations or change the specifications in the contract. If, as a result of technical discussions, it is desirable to alter contract obligations or statements of work, a modification must be issued in writing and signed by the Contracting Officer. The TPOC is responsible for reviewing the invoices submitted by the Contractor and informing the Contracting Officer of areas where exceptions are to be taken. The TPOC authority is nondelegable. The TPOC may be personally liable for unauthorized acts. 13.2 Authorized Changes Only by the Contracting Officer: 13.2.1 No order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this Contract shall constitute a change under the Changes clause of this Contract. 13.2.2 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this Contract. 13.2.3 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this Contract and notwithstanding provisions contained elsewhere in this Contract, said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the Contract price to cover any increase incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Steven Galer ADDRESS: 914 Charles Morris Court, SE Washington Navy Yard, DC 20398 TELEPHONE: (202) 685-5992 Enterprise-Wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report 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. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; and (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.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. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. 14. The required period of performance is 10 August-25 September 2014. Place of Performance : Diego Garcia Quotes may be e-mailed directly to karl.schuler@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. For additional information regarding this solicitation contact Karl Schuler at karl.schuler@navy.mil 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: 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: price(including labor, travel, and material), technical, and other information needed for evaluation 2. A completed copy of the representations and certifications at DFARS 252.212-7000 Representations and Certifications. Responses to this solicitation are due 02 April 2014 at 1000 local time, Washington DC. Quotes may be emailed to karl.schuler@navy.mil. Please reference the solicitation number on your quote. FAR 52.212-2, Evaluation - Commercial Items, The Government will award a firm fixed price contract to the lowest price technically acceptable offerer based on: 1. Price 2. Technical acceptability, must verify status as an OEM or OEM service provider 15. All quoters must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. 16. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 17. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained with FAR 52.212-5 are applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.222-50 Alt 1 Combating Trafficking in Persons (Feb 2009) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases (Nov 2011) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 18. MSC TERMS & CONDITIONS: 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. 19. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 20. The following additional FAR and DFARS clauses are applicable to this acquisition: Clauses incorporated by reference: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 ALT I - Offeror Representations and Certifications -- Commercial Items. (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the SAM website, https://www.acquisition.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 252.225-7000 Buy American--Balance of Payments Program Certificate. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7013 Duty-Free Entry. 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 ALT III Transportation of Supplies by Sea 252.244-7000 Subcontracts for Commercial Items. 52.204-13 - System for Award Management Maintenance. System for Award Management Maintenance (Jul 2013) (a) Definition. As used in this clause-- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS 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 System for Award Management (SAM) database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". "System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and 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) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits. (b) 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. (c) (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 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. The Contractor shall provide with the notification sufficient documentation to support he legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(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. 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. (3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted- (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. (d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov. 52.252-2-Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.232-7006 Wide Area WorkFlow Payment Instructions. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (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 System for Award Management 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. GOVERNMEMT (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 DoDAAC N32205 Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code N62387 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (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 e-mail 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. 252.232-7010 Levies on Contract Payments. (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) SHIP & BASE ACCESS (APR 2013) Travel to Diego Garcia requires military flights. Additional travel documentation will be required from the contractor after award. 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. Click on "Online Library of Common Documents" for all forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements. For CONUS East and Gulf Coast repairs, forward request to msc.norfolk.epic@navy.mil and for CONUS West Coast and HI repairs, forward to 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 MSC 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). Enclave Access request may be selected on the "Naval Base Point Loma (NBPL) 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. T-AKE email address: MASTER@AKE#.NAVY.MIL (example: master@ake8.navy.mil, where "8" is the hull number). All other hulls address: MASTER.SHIPNAME@MSC.NAVY.MIL (example: master.sioux@msc.navy.mil). (End of Text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9ba33bb99f4979755ce32bebd7ffce1)
 
Place of Performance
Address: DIEGO GARCIA, United States
 
Record
SN03316831-W 20140323/140321234613-c9ba33bb99f4979755ce32bebd7ffce1 (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.