Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

W -- Chill Water Rental

Notice Date
7/17/2018
 
Notice Type
Presolicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
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
N4215818QS019
 
Point of Contact
Victoria C. Buela, Phone: 7579673034, Keith G. Douglas, Phone: 7573968331
 
E-Mail Address
victoria.buela@navy.mil, keith.g.douglas@navy.mil
(victoria.buela@navy.mil, keith.g.douglas@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK GENERAL SPECIFICATIONS: 1. Chill Water Unit must be at least a 60 Ton Capacity and no greater than 65 Ton Capacity. 2. Must be air cooled. 3. 460/480(V), (1) 400 Amp (maximum) Breaker with a male 500 mcm Kamlock fitting. 4. Single 150 GPM Circulating Pump (minimum). 5. Must be capable of operating 24 Hours a day, Seven (7) Days a Week. 6. Must be able to supply a minimum of 150 GPM at a minimum of 80 Feet of Head. 7. Unit must have 2 each Inlets, with isolation valves. Inlets that must be 2-1/2" Male NPT. 8. Unit must have 2 each Outlets, with isolation valves. Outlets that must be 2-1/2" Male NPT. 9. Unit must be a complete system; if pump is separate, vendor will provide all piping/valves/fittings as required to couple pump to Chill Water Unit. 10. Unit must be capable of operating in an industrial environment where dust, dirt, and sea air are present. 11. Equipment to have weight stenciled on it. 12. Equipment to have padeyes for crane movement. 13. Unit must be free standing and have forklift slots (capable of being moved with a forklift). 14. Unit to be equipped with Inlet and Outlet Temperature Gages. 15. Unit to be equipped with Flow Indicating Device. 16. Evaporator must be capable of delivering a leaving temp of less than 40 F. 17. Condenser must be capable of operating in a wide ambient temperature range (0-125 F). CONTRACTOR RESPONSIBILITY: 1. Equipment delivery and removal will be included in the pricing. 2. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 3. The contractor shall dispatch a representative that will arrive onsite in response to a service request to repair/service the chill water unit within four (4) hours of notification by NPTU at no additional charge. 4. If required, contractor service shall be provided within 24 Hours after notification by the contracting officer or his representative. In the event the machine cannot be returned to service within 48 Hours of notification, a replacement shall be delivered at no extra charge to the government. 5. Per FAR 22.102-1(a) entitled "Safety," Contractors are hereby informed that their employees or representatives present on property under NPTU cognizance must follow the requirements in SHIPYARD OCCUPATIONAL SAFETY AND HEALTH MANUAL, NAVSHIPYDNORINST P5100.56 or the site specific location of the contract. A. Contractors and Non-NPTU Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under NPTU 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 Environmental Corporate Manual (OSHECM) Chapter 250 (latest revision), when performing work under NPTU contract. All HEC work to be performed by Contractors and NNGAs requires that NPTU Technical Points of Contact (TPOCs) and/or Contracting Officer's Representative (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 NPTU TPOCs and / or CORs be informed of the change / deviation. Appendix 250.B-1 thrugh 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 coordinateHEC work with the cognizant NPTU 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 labels 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 NPTU 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 NPTU LOTCs and / or the Facility Custodian will be provided by NPTU TPOC and / or CORs set forth elsewhere in this award document. 6. 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. 7. Clean the Chill Water Unit prior to delivery to the following requirements: a. Chill Water Unit 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 atmoshpere, 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. GOVERNMENT RESPONSIBILITY: 1. Provide operators. 2. Perform basic maintenance. a. Monitor all gauges. 3. Equipment movements within the shipyard. 4. Lost items and equipment damage beyond normal wear and tear. OPTIONS: 1. If needed, the government will provide three (3) options at one month each to allow NPTU to continue rental of chill water unit. The government reserves the right to extend the rental period for additional 30 day increments at the government's discretion. Rental extensions may terminate the rental of one or more units based on use by NPTU. This charge will be prorated. NOTES: 1. New or used equipment may be provided. NPTU reserves the right to inspect the proposed equipment prior to contract award. 2. The Chill Water Unit will be exposed to everyday weather, and saltwater air. It is the contractor's responsibility to provide any protective coverings for the unit. 3. The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NPTU only. The government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of rental period. Requirements for Lifting of Equipment 1. The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1. For multiple point lifts, each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a design factor of five to one based on ultimate strength. For single point lifts, the lifting attachment shall be capable of supporting the gross weight of the equipment with a design factor of five to one based on ultimate strength. 1.2. For multiple point lifts, each lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting one half the gross weight of the equipment. For single point lifts, the lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting the gross weight of the equipment. 1.3. Design of the lifting attachments shall be, such that the attachments and shackles are not side loaded more than 10° out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment, or alternatively a spreader beam certified to NAVFAC P-307 shall be provided. Whenever practical, the lifting attachments shall be located above the center of gravity, and such that the lifting slings do not contact the equipment housings. 1.4. Each lifting attachment shall be conspicuously marked in a contrasting color "Lift Here." Letters shall have a minimum height of 1". 2. The equipment shall be marked in a prominent location with the gross weight. Sand hoppers, tubs, or other containers that may contain material shall be marked with the empty and full weight (or alternatively the empty weight and working load limit). Marking shall be upper case letters of a contrasting color, with a minimum height of 1". Marking shall include the units (i.e. "pounds," "long tons," etc.). 3. The equipment shall be provided with a lifting sketch / rigging diagram that meets the requirements. 3.1. The lifting sketch shall detail any specific requirements and / or configurations that must be met prior to lifting (i.e. "engage swing lock," "Tilt mast back fully," "Rotate lifting basket over side," "Utilize 10' minimum length slings," "Spreader beam required," etc.). 3.2. The lifting sketch shall include the location of the center of gravity of the equipment (full fuel, hydraulic tanks, etc.), equipment model/manufacturer, and gross weight. 3.3. A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346). 4. If specialized handling gear other than shackles, standard slings, or chainfalls (i.e., spreader beams, special lift rigs, etc.) is required, the contractor shall furnish it. This handling gear shall be provided certified in accordance with NAVFAC P-307, with written documentation of proof testing. Rigging Sketch Requirements Rigging sketches, as a minimum, shall identify the following: 1. The weight of the load. 2. The location of the center of gravity. 3. The minimum crane capacity. 4. The minimum capacity / length of slings. 5. The minimum capacity of other standard rigging gear. 6. The attachment (lifting) points for the load. (a)The attachment points for multiple leg lifts shall be sized such that each attachment point can support half the load's weight at the anticipated lift angle. (b)The attachment point for single leg lifts shall be sized such that the attachment point can support the entire load's weight. 7. Limitations on allowable orientations for any parts making up the lifting assembly. 8. For single leg vertical lifts using twisted rope (wire or synthetic), two(2) parallel ropes each capable of supporting the entire load alone shall be required unless a method is used to prevent unlaying the rope. 9. A minimum D/d ratio of one shall be required where wire rope slings pass over any object, or in the eyes of wire rope slings. A minimum D/d ratio of two shall be required where synthetic rope slings pass over any object, or in the eyes of synthetic rope slings. (a)"D" represents the diameter of the object the sling passes over. (b)"d" represents the diameter of the sling. (c)Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios. 10. Components in each handling assembly shall be sized based on the worst case distribution of loads. (a)When making a two, three, or four point lift, the handling gear shall be sized so that two (2) legs can support the load without exceeding the safe working load (SWL) at the lift angle expected, unless an equalizing method is used. 11. When non-standard gear is required (i.e., round stock lifting bars) written instructions shall be provided that ensure: (a)The proper material is being used, (b)The item is certified IAW NAVFAC P-307, (c)Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e., eccentricity of the bearing points). PORTABLE ELECTRONIC DEVICES (PEDs). "In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Submarine spaces are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches)." IDENTIFICATION BADGES AND INSTALLATION ACCESS. DBIDS •Any new contractor, vendor or supplier requesting base access AFTER 31 May 2017 will be required to obtain a DBIDS credential. NCACS credentials will no longer be issued. •Only DBIDS credentials will be issued to ALL contractors, vendors and suppliers seeking base access AFTER 14 August 2017. Defense Biometric Identification System (DBIDS) increases installation security and communications by receiving frequent database updates on changes to personnel/credential status, law enforcement warrants, lost/stolen cards, and force protection conditions. The system provides a continuous vetting anytime the DBIDS card is scanned at an installation entry point. If you currently have a Navy Commercial Access Control System (NCACS) card, the following is required to get a DBIDS credential: •Present your NCACS Card and a completed copy of the SECNAV FORM 5512/1 to the base Visitor Control Center representative. •The VCC will pull up your information in the computer, ensuring all information is current and correct. •Once your information is validated, a temporary DBIDS credential is provided. •Your temporary credential will have an expiration date, prior to which you will need to obtain your permanent DBIDS credential (~ 90 days). •For each additional U.S. Navy installation to which you need access, the first time you visit you only need to bring your DBIDS credential and statement of purpose for base access when arriving at the Visitor Control Center. •The representative will enter base access authorization and then you may proceed to work. If you do NOT have an NCACS Card, the following is required to obtain a DBIDS credential: •Present a letter or official document from my government sponsoring organization that provides the purpose for your access. •Present valid identification, such as a passport or Real ID Act-compliant state driver's license. •Present a completed copy of the SECNAV 5512/1 form to obtain your background check. •Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments; after all this is done, you will be provide with your new DBIDS credential. •You may now proceed to work. FOR ADDITIONAL QUESTIONS ABOUT OBTAINING A DBIDS CARD, CONTACT YOUR LOCAL BASE VISITOR CONTROL CENTER. INFORMATION IS ALSO PROVIDED AT: www.cnic.navy.mil/om/dbids.html One-Day Passes. 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. ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA). 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 rental of a chill water unit. 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. 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. a. 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 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." 5252.204-9400 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 05or 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. NAVAL SEA SYSTEMS COMMAND - NORFOLK NAVAL SHIPYARD (NNSY) SUBMARINE SERVICES DIVISION 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 CONTRACT SPECIALIST, Victoria C. Buela, CODE 451, NAVSEA, NORFOLK NAVAL SHIPYARD, SUBMARINE SERVICES, BLDG. 65, 2ND FLOOR, PORTSMOUTH, VA 23709-5000, TELEPHONE: (757) 967-3034. HAZARDOUS CHEMICAL EXPOSURE Contractors are informed that their employees present on property under Norfolk Naval Shipyard cognizance may be exposed to hazardous chemicals as a result of shipyard operations. Information on the materials may be obtained from the Shipyard Safety and Health Office, Code 106.1, phone number (757) 396-3702 or 396-7912. Ref. NAVSHIPYDNORINST PS100.56 VOL VI CHAPTER II PARA. 7-J(3) REQUIREMENTS FOR ACCESS TO NORFOLK NAVAL SHIPYARD (NNSY) 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, Phone#: (757) 396-5815 / (757) 396-5095 ACCESS TO NNSY BY DELIVERY PERSONNEL Delivery personnel requesting access to NNSY must adhere to the requirements set forth in the Clause entitled "REQUIREMENTS FOR ACCESS TO NNSY" herein. INSPECTION AND ACCEPTANCE Inspection and acceptance will be at destination, unless otherwise provided. Until delivery and acceptance, and after rejections, risk of loss will be on the Contractor unless loss results from negligence of the United States Government. Notwithstanding the requirements for any Government inspection and test contained in specifications applicable to this contract, except where specialized inspections or tests are specified for performance solely by the Government, the Contractor shall perform or have performed, the inspections and tests required to substantiate that the supplies and services provided under the contract conform to the drawings, specifications and contract requirements listed herein, including, if applicable, the technical requirements for the manufacturer's part numbers specified herein. CONTRACTOR'S VEHICLE REQUIREMENTS Controlled Industrial Area (CIA) access of contractor vehicles requires that the company name be displayed on both sides of all company vehicles including privately owned vehicles being utilized in performance of a contract or purchase order. Cardboard or paper signs taped to a vehicle or placed in the window will not be acceptable to meet this requirement. Temporary vehicle passes (TVP) will be issued and must be displayed on the left front dash at all times. Failure to comply will result in the contractor being denied access to Norfolk Naval Shipyard CIA. The contractor's failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. PERSONAL PROTECTIVE EQUIPMENT Contractors are responsible for all personal protective equipment required by their employees in the performance of this requirement. PUBLIC RELEASE AND FOREIGN DISCLOSURE OF INFORMATION OR PHOTOGRAPHS There shall be no public release of information or photographs concerning any aspect of the materials or services related to this information, bid, contract, purchase order or other document resulting therefrom, regardless of their classifications, without prior approval of the Contracting Officer, Norfolk Naval Shipyard, NAVSEA, Submarine Services Division, Bldg. 65, 2nd floor, Portsmouth, VA 23709-5000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56866b7afb2bd83cbf355c494a5198ba)
 
Place of Performance
Address: MTS 635 SAM RAYBURN, 1260 Snow Point Road, Goose Creek, South Carolina, 29445-8612, United States
Zip Code: 29445-8612
 
Record
SN04994644-W 20180719/180717230919-56866b7afb2bd83cbf355c494a5198ba (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.