Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

20 -- Surveillance System

Notice Date
7/28/2014
 
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
N32205-14-T-2269
 
Archive Date
8/15/2014
 
Point of Contact
PAUL A. STALEY,
 
E-Mail Address
PAUL.STALEY@NAVY.MIL
(PAUL.STALEY@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
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 N32205-14-T-2269 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 2005-74, Effective 01 July 2014 4. The associated NAICS code is 811219 and this procurement is being set-aside for small businesses. The small business size standard is $20.5 million in dollars. 5. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order to for the following Services: ABSTRACT: Install 5 additional closed-circuit HD cameras and controls to the existing shipboard Force Protection Surveillance System (FPSS). Cameras required for facilitating the safe monitoring of cargo and watercraft operations in the ship's well deck and vehicle ramp deck. REFERENCES/ENCLOSURES: Reference: 2.1.1 FPSS Drawing - Cable Routing: DWG# 400-8393686 2.1.2 FPSS Drawing - Power Arrangement Drawing: DWG# 400-8393687 2.1.3 FPSS Drawing - Equipment Arrangement Drawing: DWG# 400-8393688 2.1.4 Ship Drawing - General Arrangement Drawing: DWG# 089-8388179 - Page 7 of 16 ITEM LOCATION AND DESCRIPTION 3.1 Locations/Quantity 3.1.1 Location: • Well Deck, PORT side AFT (Frame 2-272-2) • Well Deck, STBD side AFT (Frame 2-272-1) • Well Deck, CTRLINE AFT, OVRHEAD (Frame 2-272-0) • Well Deck, CTRLINE, OVRHEAD (FR 2-175-0 to 2-180-0) • Well Deck, PORT side CATWALK (FR 2-161-2-Q) • Well Deck, PORT or STBD Troop Living Space (FR 2-180-L to 2-216-L) 3.1.2 Quantity: • 2 each camera, network, PTZ, Dome-type, day/night. • 3 each camera network, fixed zoom, Power-over-Ethernet (PoE), day/night w/wall mount • 2 Network Switch 28 port • 2 Switch Enclosures • Various CAT5e/Power cables and connectors. 3.2 Contractor Furnished material: - 1 ea Cohu 3960HD, Network, PTZ 20X camera w/faceplate wiper option and wall mount - 1 ea Cohu 3960HD, Network, PTZ 35X camera w/faceplate wiper and pole mount w/inverted mounting option - 1 ea Cohu 7520HD, Network, POE, Fixed-zoom, camera w/exterior wall mount option and pole mount option - 2 ea Cohu 7520HD, Network, POE, Fixed-zoom, camera w/exterior wall mount option - 2 ea Cisco SG300-28P, 28-port Network Switch - 2 ea Linier fixed wall-mounted, network switch enclosure - 2 ea Cohu CA252C, Single cable prepped with CAT-5 ethernet and 120VAC wires with a cable length of 250ft - 1000 ft CAT5e Ethernet cable - 20 ea various cable connectors 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS (GFM/GFE): 4.1 The Government shall provide all crane service, scaffolding, welding services, and installation of foundations as needed to accomplish the specified work. Pulling cables, cable termination, installation of all equipment testing and all other work needed shall be the responsibility of the contractor for this work item. 5.0 NOTES: 5.1 Performance Period/Location: August 18, 2014 - September 01, 2014. Location: Bahrain. 5.2 QUALITY ASSURANCE REQUIREMENTS: 5.2.1 All testing shall be witnessed by MSCREP and ship force Chief engineer prior to final approval. 5.2.2 The requirements of this Work Item shall be accomplished to the satisfaction of the MSCREP. 5.2.3 The requirements of this Work Item shall be accomplished in accordance with current Regulatory Body rules and regulations. 6.0 QUALITY ASSURANCE REQUIREMENTS: NONE ADDITIONAL 7.0 STATEMENT OF WORK: 7.1. Arrangements: 7.1.1. Provide the service of a Marine Chemical Engineer to certify that the area is safe to perform hot work. 7.1.2. Provide the general labor services to remove and reinstall all bulkhead/overhead interferences to complete this task. 7.1.3. Provide the service of an ABS certified welder and designated fire watch personnel to perform hot work as required. 7.2. Structual: None. 7.3 Mechanical/Fluids: 7.3.1 Install new 316 stainless steel stuffing tubes and and 316 stainless steel stack studs. Grind off and remove all unused cable hangers, stack studs, stuffing tubes, and T-bars, associated with this cable run that would no longer be utilized. Plug cable penetrations, or MCT with equivalent means currently employed on the ship in accordance with ABS and USCG regulations. Penetrations shall be water and smoke tight. 7.4 Electrical: 7.4 Secure and tag out all power connections for safety using MSC Safety Management System (SMS) Section 2.1.004 "Lock out/Tag out" as guidance. 7.5 Electronics: 7.5.1 The Contractor shall provide all material, equipment, and labor to install additional surveillance camera and network switches and develop drawing plans in accordance with Reference 2.1.1 thru 2.1.4. 7.5.2 The Contractor shall install interior, fixed focal length, wide-angle and PTZ cameras, network, switches, mounting hardware, connectors, CAT5E and power cabling in the following spaces listed below. Reference 2.1.4 is for guidance only; exact locations shall be determined onsite by the MSCREP: 7.5.2.1 Install Fixed and PTZ HD Cameras: - Well Deck, PORT side AFT, in vicinity of catwalk FR 2-272-2, facing aft, viewing Stern Gate, install 1 (one) COHU 7520HD fixed-dome camera. - Well Deck, STBD side AFT, in vicinity of catwalk near Traffic Control Station (FR 2-272-1), facing downward aft, viewing Stern Gate sill, install one (1) COHU 7520HD fixed-dome camera. - Well Deck, CENTERLINE AFT, FR 2-270-0, directly overhead on the I-beam, facing aft, install one (1) COHU 3960HD PTZ camera. - Well Deck, CENTERLINE, between FR 2-175-0 and 2-180-0, directly overhead on the I-beam, downward angle, viewing Well deck ramp entrance, install one (1) COHU 7520HD fixed-dome camera. - Well Deck, PORT side catwalk on outside bulkhead of Cargo Officer Control Station (FR 2-161-2-Q), install one (1) 3960HD PTZ camera. 7.5.2.2 Install PoE Network Switch: - Install 2 (two) Cisco 28-port network switches and enclosures at the nearest available 110/120V power source, between frames 2-180-L to 2-216-L, PORT or STBD Troop Living Space. Consult MSCREP onsite for exact locations. - The Contractor shall provide and install all camera foundations at the designated locations. - For optimal camera performance, the Contractor shall ensure distance between network switch and each camera does NOT exceed 250 feet. 7.5.3 120V AC Electrical power sources shall be used for this installation, which includes all PTZ cameras and network switches. 7.5.4 The Contractor shall fabricate foundations and/or mounting for all PTZ cameras. 7.5.5 All modified structures shall be prepared, primed, and coated with marine-grade epoxy, and painted to match surrounding areas. 7.5.6 All electrical work and cable runs shall be in accordance with IEEE STD 45. All cables shall be identified using metal cable tags placed every 50 feet as well as before entering and exiting every cableway and MCT. 7.5.7 The Contractor shall provide 15 hours of training (OJT) to shipboard personnel in configuration and operation of the entire Engineering surveillance system. The Contractor shall provide all training documentation and technical manuals. Training shall be provided in a minimum of 2 (two) sessions to accommodate rotating and watch standing personnel. Start/End times of each training session shall be coordinated with Ship's Master/Captain. 7.5.8 Upon completion, the Contractor shall prepare and submit a final turnover report documenting the entire installation upgrade to the MSCREP. MSC Electronics Rep is Mr. Curran "CJ" Hunter, Phone: (757)443-2969, E-Mail: curran.hunter@navy.mil. Ponce Port Engineer is Mr. Roy Allgauer, Phone: +973-3941-6876, E-Mail: roy.allgauer@me.navy.mil. 7.6 Drawings and Provisional Documentation: 7.6.1 The Contractor shall develop and submit to the Port Engineer "red line drawings, followed by final "as-built" drawings shall be submitted to the Port Engineer on CD in AutoCAD format, and 3 (two) paper copies. Provide 1 (one) paper copy to the MSC onsite Rep, and 1 (one) paper copy to the Ship's Commanding Officer or his designated representative. 7.6.2 The Contractor shall prepare a binder with a complete list of final materials. The Contractor shall develop a spare parts list. Submit deliverables to the MSCREP. 7.6.3 Delivery of final system As-Built/Install Dwgs: NLT XXXXXXXX 2014. Deliver to MSCREP for review/approval. 7.7 Testing/Inspection: 7.7.1 Preliminary Tests: 7.7.1.1 The Contractor shall add and properly configure each of the newly installed well deck cameras to the ship's existing surveillance network. 7.7.1.2 Conduct testing of component specific parts to ensure functioning properly. Conduct zone testing as systems are installed. 8.0 GENERAL REQUIREMENTS: None. 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. 6. Material list: See Parts List in statement of work paragraph 3.2 under Contractor Furnished material. Wage Determination: N/A 7. The period of performance is August 18 - September 01, 2014. Place of performance is Mina Salman Bahrain. 8. 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. Firm-fixed-Price total c. Remittance address, Tax identification Number, DUNS number and Cage Code 2. A completed copy of the representations and certifications at DFARS 252.212-7000 Representations and Certifications. 3. Page Limitations for quotes are as follows: a. The quote, including the price, Technical Approach, but not including resumes, title page, table of contents, cover letter, completed representations and certifications, past performance information and exceptions to the RFQ, shall not exceed 10 pages in length. b. Pages beyond limits stated will not be evaluated. 9. Basis for the award: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined synopsis/solicitation, offers the lowest evaluated price. 10. All quoters must include a completed copy of FAR 52.212-3, Offeror Representative and Certifications. -Commercial Items with its offer. 11. The Clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition. 12. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 13. Response to this solicitation is due, July 30, 2014 @5:00 pm local Time, Norfolk VA. Please reference the solicitation number on your quote. Quotes may be emailed directly to paul.staley@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.. 14. 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: (a) The Contractor shall comply with FAR causes in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2013) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items-Alt I (Apr 2011) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Disabled Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Special Disabled Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Jul 2013) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) 52.232-18 Availability of Funds (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7000 Disclosure of Information (Aug 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7043 Anititerrorism/Force Protectin Policy for Defense Contractors Outside the US (Mar 2006) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) 252.247- 7023 Alt III Transportation of Supplies by Sea-Alternate III (May 2002) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014 - OO0009) (Feb 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Resolution, 2014 (Pub. L. 113-46) none of the funds made available by that Act for DoD (including Military Construction funds) 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; or (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. 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm 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 may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm 52.252-5 Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.204-13 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. 252.204-7004 Alternate A, System for Award Management (May 2013) As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7: (a) Definitions. As used in this clause- "System for Award Management (SAM) database" means the primary Government repository for contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number 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 FAR 32.11) for the same parent 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, and Contractor and Government Entity (CAGE) code into the SAM database; and (2) The contractor has completed the Core Data, 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 part of the SAM registration process; and (4) The Government has marked the record "Active." 252.232-2010 Levies on Contract Payments (Dec 2006) (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. 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). 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 Request for Quotation, 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 and (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 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). 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. MSC Terms and 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." 15. 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 Fax: 757-443-5982 E-mail: paul.staley@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d74fea9ba3e8b10ef65cdffb1bb46fc1)
 
Place of Performance
Address: Bahrain, United Arab Emirates
 
Record
SN03439847-W 20140730/140728234714-d74fea9ba3e8b10ef65cdffb1bb46fc1 (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.