Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

W -- 20 Ton Air Conditioning Unit - Technical Capability

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N4215818TN033
 
Archive Date
1/31/2018
 
Point of Contact
Cheron R. Bright, Phone: 7573744216
 
E-Mail Address
cheron.bright@navy.mil
(cheron.bright@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Needs to be submitted with proposal. This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Part 13.5, using Simplified Procedures for Certain Commercial Items, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO ( http://www.neco.navy.mil/ ). The RFQ number is N4215818TN033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490 and the Small Business Standard is 1,250 employees. This is a competitive, 100% total small business set-aside requirement. The NAVAL SEA SYSTEMS COMMAND (NAVSEA)/ NORFOLK NAVAL SHIPYARD (NNSY) requests responses from qualified sources capable of providing: ITEM NO. DESCRIPTION Each Rate Total 0001 20 Ton Air Conditioning Units 3 ITEM 0001 - PRICING TOTAL FOR NEEDED DURATION (25 January 2018 through 24 January 2019) with an option to extend for 1 year inclusion FAR clause 52.217-8 (6 months) for three (3) EA 20 Ton Air Conditioning Units: Monthly Rental Rate per Unit: Weekly Rental Rate per Unit: Daily Rental Rate per Unit: Period of Performance: 25 January 2018 through 24 January 2019- ITEM 0001 Statement of Work (20 Ton Air Conditioner Units - CLIN 0001) •1. Scope: •1.1 Title : 20 Ton AC Unit for preservation of built-in tanks. •1.2 Location of work: •1.2.1 Inside NNSY Waterfront Controlled Industrial Area (CIA) Dry Dock 3. •2. Reference: •2.1 OSHE OSHECM Chapter 250, Hazardous Energy Control (HEC) NOTE: All requirements stated are applicable to each unit provided by the contractor. •3. General Specifications: •3.1 20 Ton AC Unit. •a. Design shall be in accordance with all State and Federal Codes: ANSI, NEMA, NEC, and the ASME Pressure Vessel Code. •b. Unit will be in continuous use outdoors. Will be directly exposed to everyday weather and salt water air. All exposed components must be weather resistant. Must meet or exceed NEMA Type 4 for outdoor use. •4. EQUIPMENT REQUIREMENTS: •4.1 Must be electric. •4.2 Must have rated airflow of 8000 CFM. •4.3 Must lower air temperature to 55 ° F. •4.4 Maximum size is 106"LG X 78"W X 49"H. •4.5 Maximum weight is 3,500LB. •4.6 Full load amps cannot exceed 135 amps @ 460V. •4.7 Must have electric panel in NEMA 4 metal enclosure with lockable disconnect with Camlok cords. •4.8 Must come with two (2) 17 ½" OD inlets and two(2) 17 ½" OD outlets per unit. •4.9 Must be cable of being used without any recirculation of air. •4.10 Must have reheat capabilities at 70KW. •4.11 Must provide two (2) 18"DIA X 25'LG insulated flex ducts. •4.12 Rigging sketch must be attached to unit. Lifting and rigging must meet NAVFAC P-307 standards. •4.13 Must have stenciled gross weight on four (4) sides per unit. •4.14 Must have forklift pockets and 4 point certified lift frame. •4.15 Must be model# JTS-DX-20-MCS-E or equal. •5. Period of Performance 5.1 POP IS 1/25/18 TO 1/24/19 WITH OPTION TO EXTEND for 1 year inclusion FAR clause 52.717-8 (6 months) •6. Contractor Requirements: •6.1 SECURITY AND ACCESS REQUIREMENTS: All references and deliverable items associated with this task are confidential or below. Contractor employees must be U.S. citizens and shall have a confidential clearance to obtain a Shipyard badge and Common Access Card (CAC) for unescorted entry to Norfolk Naval Shipyard, and access to the Shipyard computer network and Navy/Marine Corps Intranet (NMCI). Security Clearance information shall be submitted with contractor proposal. There are no other known requirements for access to restricted areas or information connected with the performance of this task. •6.2 Contractor shall post the Emergency POC, phone number, contract number, and project specific assignment on equipment. •6.3 Deliver and retrieve the air conditioning equipment to and from Norfolk Naval Shipyard, Portsmouth Virginia, inside the CIA area Dry Dock 3 at no additional charge to the government •6.4 Make up electrical connection on units. •6.5 Provide all manuals and schematics for units and basic maintenance. •6.6 Provide equipment operation and basic maintenance training to shipyard personnel using equipment. •6.7 Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. •6.8 The contractor shall dispatch a representative in response to a service request to repair and/or replace any equipment within six (6) hours of notification by NNSY at no additional charge. •6.9 When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage from the time it leaves the government site until it is returned to the government site. •6.10 Clean the units prior to delivery to the following requirements: a. Units shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particles and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces, caused by short time exposure to the atmosphere, is acceptable. •b. For uncoated surfaces: Adherent corrosion products typical on surfaces of the type material being considered (e. g. flash rust on steel) are acceptable. Loose corrosion products are not acceptable and must be removed. •6.11 Contractor personnel shall notify the Temporary Service Zone Manager (TSZM) Dellon F. Baker; Ph: (757) 284-8803, for authorization prior to any work or maintenance on rental unit. •6.12 For lost items by Government personal and equipment damaged beyond normal wear and tear, Contractor must submit a claim separate from rental. This is to be submitted no later than 60 days pass the end of the rental period. •6.13 Contractor to contact NNSY prior to the end of rental period to confirm pickup date. •6.14 The equipment will be exposed to everyday weather and saltwater air. It is the contractor's responsibility to provide any protective covering for the units. •7. Options •7.1 POP IS 1/25/18 TO 1/24/19 WITH OPTION TO EXTEND for 1 year inclusion FAR clause 52.217-8 •8. Government Responsibility: •8.1 Provide operators for equipment. •8.2 Perform limited routine maintenance. •8.3 Equipment movements. •8.4 Lost items, equipment damage and minor adjustments. •8.5 Provide point of contact for delivery, escort and notification to contractor for rental pickup. (TSZM) Notes: New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor shall agree to prorate costs for the time the units are in NNSY only. The government agrees to give the contractor twenty-four (24) hour notice for return of units prior to expiration of rental period. Critical Time Constraints: •1. Need date of January 25, 2018 to maintain service to the project. Government Points of Contact: Subject Matter Expert: TO BE NAMED AT TIME OF AWARD Invoice Certifier: TO BE NAMED AT TIME OF AWARD SAFETY "Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements and Norfolk Naval Shipyard OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements or safety requirements for site specific location of the contract. Contractors and Non-NNSY Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard (NNSY) cognizance must adhere to Federal OSHA requirements for hazardous energy control IAW 29 CFR 1915.89 and must follow Hazardous Energy Control (HEC) procedures as identified in NAVSEA's Occupational Safety, Health, and Environment Corporate Manual (OSHECM) Chapter 250 (latest revision), when performing work under NNSY contract. All HEC work to be performed by Contractors and NNGAs requires that NNSY Technical Points of Contact (TPOCs) and/or Contracting Officer's Representatives (CORs) be notified of the HEC scope of work prior to starting work. Any changes or deviations in the initial scope of HEC work requires the NNSY TPOCs and/or CORs be informed of the change/deviation. Appendix 250.B-1 through B-3 of OSHECM Chapter 250 for multiple employer work identifies when Contractors and NNGAs are required to assign their Lockout/Tags-Plus Coordinator (LOTC) to coordinate HEC work with the cognizant NNSY LOTC. HEC locks shall be provided by the contractor or NNGA for their employees use. The HEC locks shall have red bodies with name labels or name tags affixed, identifying who installed the HEC lock(s) and a point of contact telephone number. HEC lock name lables and tags must be made of materials that will hold up to the environment to which they are exposed. HEC tags used for Tags-Plus HEC work shall be provided by the cognizant NNSY LOTC to the contractor or NNGA for their use if machinery, equipment, or systems (MES) cannot be locked out. OSHECM Chapter 250 Tags-Plus procedures will be strictly followed. •b. Contractors and NNGA's may obtain electronic copies of OSHECM Chapter 250 (latest revision) and access the OSHA 1915.89 web site by using the following link to NNSY's public access web site: http://www.navsea.navy.mil/shipyards/norfolk/default.aspx •c. Names and contact information for NNSY LOTCs and/or the Facility Custodian will be provided by NNSY TPOC and/or CORs set forth elsewhere in this award document." Contract POC On Any Problems Concerning The Order, Please Contact Contract Specialist, Cheron Bright, Code 412, NAVSEA Contracting Department, Bldg. 1500, 2 nd Floor, Portsmouth, VA 23709-5000, Telephone: (757) 374-4216. IMPORTANT NOTE: In the event that service(s) cannot be accomplished as currently described within this PWS, the contractor MUST immediately notify the Contracting Officer, in writing, of the circumstances preventing successful completion. Failure to do so may alleviate the Government for payment of charges deemed to be outside of the scope of contract. IMPORTANT NOTES MARKINGS : In addition to any other marking requirements found herein, the Contractor shall ensure that all equipment supplied under this contract shall bear the following information: Contractor's Name and Point of Contact information (name, tele# etc) Government Contract Number; Contracting Officer's information (name, tele# etc) Vessel Name/Code The above information should be prominently displayed in a manner that will withstand weather conditions under which this equipment may be exposed. PICKUP/REMOVAL OF RENTAL UNITS : Unless otherwise notified by NAVSEA Contracting, Norfolk Naval Shipyard, Code 410, rental/lease unit(s) shall be picked-up (removed) by Contractor on the morning after expiration of the established contract period of performance. In the event that this date occurs on a Saturday, Sunday, or a recognized Federal Holiday, the contractor may make the appropriate arrangements to pick-up the equipment on the first working day following the expiration of the contract at no additional cost to the Government. If any difficulty is experienced in picking-up (removing) unit(s), the Contractor MUST immediately request the Contracting Officer's direction by contacting TO BE NAMED AT TIME OF AWARD.. A Contractor's failure to follow the above instructions regarding pick-up/removal of rental units will relieve the Government of any liability for further charges for the equipment. REQUIREMENTS FOR ACCESS TO NAVY INSTALLATIONS Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System, (DBIDS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Participation in the DBIDS is not mandatory, and if the Contractor chooses to not participate, the Contractor's personnel will have to obtain daily passes, be subject to daily mandatory vehicle inspection, and will have limited access to the installation. The Government will not be responsible for any cost or lost time associated with obtaining daily passes or added vehicle inspections incurred by non-participants in the DBIDS. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials. Further information regarding DBIDS can be found at www.cnic.navy.mil/om/dbids.html NOTE: Bldg 276 TELEPHONE: 757-396-5815 (or 5095) Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 - "DoD Implementation of Homeland Security Presidential Directive - 12 (HSPD-12)" dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. APPLICABILITY This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below. ACCESS TO FEDERAL FACILITIES Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command's Security Manager upon arrival to the Navy Command and shall out-process prior to their departure at the completion of the individual's performance under the contract. ACCESS TO DOD IT SYSTEMS In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity's Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, a SSBI suitable for High Risk public trusts positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee's duties, such employees shall in-process with the Navy Command's Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual's performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the "supervisor". The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delaying the individual's start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. INTERIM ACCESS The Navy Command's Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform. DENIAL OR TERMINATION OF ACCESS The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release. CONTRACTOR'S SECURITY REPRESENTATIVE The contractor shall designate an employee to serve as the Contractor's Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity's Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor's Security Representative. The Contractor's Security Representative shall be the primary point of contact on any security matter. The Contractor's Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Navy recognizes contractor employees under this contract as Non-Critical Sensitive [ADP/IT-II] when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The NACLC consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete: •· SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) •· Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) •· Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Navy Command's Security Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual's performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command's Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Navy Command Security Manager. The Navy Command's Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy may render the contractor employee ineligible for the assignment. An unfavorable determination made by the Navy is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Navy Command's Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor's Security Representative. Although the contractor will take JPAS "Owning" role over the contractor employee, the Navy Command will take JPAS "Servicing" role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee's performance under the contract. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a FBI fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor's Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM Failure to provide the required documentation at least 30 days prior to the individual's start date may result in delaying the individual's start date. * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States. INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government The following FAR provision and clauses are applicable to this procurement: 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management OCT 2016 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (JAN 2017) Alternate I OCT 2014 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-41 Service Contract Labor Standards MAY 2014 52.222-42 Statement of Equivalent Rates for Federal Hires. MAY 2014 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.212-1 Instructions to Offerors - 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 Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 DFARS 252.204-7003 Control Of Government Personnel Work Product APR 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 DFARS252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 DFARS 252.204-7011 Alternative Line Item Structure SEP 2011 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 DFARS 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 DFARS 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 DFARS 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 DFARS 252.225-7048 Export-Controlled Items JUN 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 DFARS 252.232-7010 Levies on Contract Payments DEC 2006 DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252.247-7023 Transportation of Supplies by Sea APR 2014 This announcement will close at on 16 January 2018 at 11:00 AM EDT. This requirement will be prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR subpart 13.5, as supplemented with the additional information included in this notice. Accordingly, a Simplified Streamlined acquisition process will be used in the evaluation and award of the contract. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) The Government will conduct a lowest price technically acceptable source selection process using the policies and procedures of FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This acquisition process will be used in the evaluation and award of the contract. (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: •· Technical Submission (Technical Capability Certifications Chart per Attachment 1) •· Price Award(s) will be made for the technically acceptable item or combination of technically acceptable items that result in the lowest aggregate price to the Government. The quoted prices (including options and FAR 52.217-8 OPTION TO EXTEND SERVICES) of all technically acceptable items will be evaluated and the Contracting Officer shall assume, for the purpose f making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract award under this Request for Quotation. Technical Acceptability: Will be determined by reviewing the technical capability certifications chart (per Attachment 1) submitted for each item (or specification) to ensure that all of the technical requirements identified are met. Technical acceptability will be defined as follows: Technical Ratings Rating Description Acceptable Quote meets all of the requirements identified. Unacceptable Quote does not meet all of the requirements identified. Failure to meet any technical requirement for an item (or specification) will make the quotation unacceptable for that item (or that specification). If an item (or specification) is technically unacceptable, its price will not be considered for award. Price: The estimated amount for each line item will be added together to determine the total estimated price which will become the evaluated price. The estimated/evaluated price will include the option quantity of six (6) months under FAR Clause 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999). The vendor's proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. Price quote shall be held firm for sixty (60) days. (End of provision) 52.212-1 INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (FEB 2012) ADDENDUM Quotations shall be emailed to Miss. Cheron Bright (E-mail: cheron.bright@navy.mil) Questions relating to this notice shall be submitted in writing via the above e-mail address. Quotations will consist of the following documents submitted together in Adobe Acrobat.pdf format: 1. Completed FAR 52.212-3 representations and certifications unless otherwise completed in SAM; 2. Price for each line item being quoted in accordance with the Solicitation and Schedule 2.1 Pricing rate list breaking down price per day, week, and month. 3. Technical statement submission (Completion of Technical Certification Form) Award will be made for the technically acceptable item or combination of technically acceptable items that result in the lowest aggregate price to the Government. Price: The estimated amount for each line item will be added together to determine the total estimated price which will become the evaluate price. The vendor's proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. Price quote shall be held firm for sixty (60) days. The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits. Failure to provide all of these documents by the required date and time may preclude a quotation from award consideration at the discretion of the Government. Quotations are valid for 60 days. Price: The vendor's proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within at least one (1) calendar day prior to the expiration of the contract. (End Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24(months). 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) (a) DoD contracting activities awarding or administering contracts shall incorporate the following Enterprise-wide Contractor Manpower Reporting Application (ECMRA) standard language into all contracts which include services, provided the organization that is receiving or benefiting from the contracted service is a Department of Defense organization, including reimbursable appropriated funding sources from non-DoD executive agencies where the Defense Component requiring activity is the executive agent for the function performed. The reporting requirement does not apply to situations where a Defense Component is merely a contracting agent for another executive agency. 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; (5) V, Freight and Shipping ONLY. (b)The standard language to be inserted is: "The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the terrazzo decking 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; (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. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for sewing machine maintenance via a secure data collection site. 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. 252.232-7006 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 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). 2 -IN-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N42158 (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 N68732 Issue By DoDAAC N42158 Admin DoDAAC N42158 Inspect By DoDAAC Ship To Code N42158 Ship From Code Mark For Code N42158-17-P-N Service Approver (DoDAAC) Service Acceptor (DoDAAC) N42158 Accept at Other DoDAAC LPO DoDAAC N42158 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 email address identified below in the ''Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (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. NOT APPLICABLE - CONTACT HELP DESK (2) For technical WAWF help, contact the WAWF helpdesk: "Option 6" on the DFAS Customer Care Line: 800 756-4571 CCL-EC-NAVY-WAWF-HELPDESK@dfas.mil (End of clause) HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (SEP 2012) (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. S upporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. PROSPECTIVE CONTRACTOR RESPONSIBILITY In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) NAVSEA Contracting Department No instructions, either verbal or written, deviating from the terms and conditions of this order are effective or binding upon the government unless authorized and formalized by contractual documents issued by the contracting officer. On any problems concerning the order, please contact Contracts Specialist, Chad Godwin, Naval Sea Systems Command (NAVSEA)/ Norfolk Naval Shipyard (NNSY) contracting department, bldg. 1500, 2nd floor, Portsmouth, Naval Sea Systems Command (NAVSEA)/ Norfolk Naval Shipyard (NNSY) 23709-5000, telephone: (757) 396-8277. ATTACHMENTS ATTACHMENT (1) TECHNICAL CAPABILITY CERTIFICATIONS CHART This announcement will close at 11:00 PM EST on 14 January 2018. Contact Cheron Bright who can be reached at (757) 374-4216 or email cheron.bright@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. All questions shall be submitted by 8 January 2018 at 11:00 AM EST. Questions will no longer be accepted after deadline set. All quotes shall include price(s), FOB point, point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Quotes shall be submitted via email to cheron.bright@navy.mil. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f61c667aa51b4b2079f344487e4a123d)
 
Place of Performance
Address: Inside NNSY Waterfront Controlled Industrial Area (CIA) Dry Dock 3., Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04787797-W 20180113/180111231222-f61c667aa51b4b2079f344487e4a123d (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  © 1994-2020, Loren Data Corp.